Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
ID: W5168W24R0024Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-0000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Sep 24, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 13, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Job Order Contract (JOC) at Fort Moore, Georgia, focusing on general construction, repair, maintenance, and demolition projects. The procurement aims to establish a fixed-price contract under NAICS code 236220, which encompasses a variety of construction activities, including work on barracks and administrative buildings, while ensuring compliance with safety, quality, and environmental standards. This initiative is crucial for maintaining and upgrading federal facilities efficiently and sustainably, with an emphasis on transparency in pricing through the use of a Unit Price Book (UPB). Interested parties should direct inquiries to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further details.

Point(s) of Contact
Files
Title
Posted
Sep 30, 2024, 7:00 PM UTC
The Statement of Work (SOW) for the Job Order Contracting (JOC) at Fort Moore, Georgia outlines a non-personal services contract for various construction and maintenance tasks. This Firm Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contract encompasses projects related to repair, maintenance, demolition, and minor constructions across numerous facilities, ensuring adherence to specified technical criteria. The document specifies contractor responsibilities, including the need for reliable personnel, project management, adherence to quality control systems, and implementation of safety plans. Key requirements include detailed proposals for work orders, the use of unit price books for cost estimation, and stringent compliance with federal, state, and local laws during execution. Additionally, the SOW provides procedures for task order management, client coordination, proposal preparation, and necessary documentation including reports related to quality control, safety, and environmental compliance. Liquidated damages are highlighted for delays beyond set timelines, reinforcing accountability. Overall, the SOW establishes a comprehensive framework to guide contractors in fulfilling the construction needs efficiently while ensuring compliance with regulatory standards and quality expectations pivotal for government projects.
Feb 13, 2025, 5:05 PM UTC
The Statement of Work (SOW) outlines the requirements for a Job Order Contracting (JOC) at Fort Moore, Georgia, intended for general construction, repair, maintenance, and demolition projects. It establishes a fixed-price contract under NAICS 236220 for a range of activities, including work on various facilities, such as barracks and administrative buildings. The contractor is responsible for all necessary materials, personnel, and compliance with safety, quality, and environmental standards. Key components of the SOW include contractor responsibilities, work hours, coordination with government stakeholders, and detailed proposal requirements for task orders. Specific guidelines related to pricing, including the usage of a Unit Price Book (UPB), highlight how costs should be estimated and managed. It also outlines procedures for handling unforeseen circumstances, safety protocols, and project management expectations, including quality control and documentation of progress. The emphasis on detailed planning, adherence to regulations, and robust oversight conveys the contract's aim to ensure efficient and compliant project execution, reflecting broader government objectives in maintaining and upgrading federal facilities sustainably and responsibly.
Feb 13, 2025, 5:05 PM UTC
This document addresses inquiries related to a government Job Order Contracting (JOC) initiative, detailing procedures and clarifications sought by potential contractors. Key points include the timeline for meetings, specifics about the provision and maintenance of software, and the role of the Unit Price Book (UPB) in calculating costs for construction projects. The government confirms that access to the required software will be shared and emphasizes the necessity of an approved UPB for transparency in pricing during contract execution. Questions about subcontractor qualifications, market research considerations, and potential set-asides for Native American businesses are also covered, with the government maintaining flexibility about future decisions. The overall purpose of the document is to provide guidance and information to contractors regarding their participation in government contracts, ensuring clarity on obligations and expectations throughout the contracting process.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Special Notice - Fort Moore Job Order Contract (JOC)
Buyer not available
The Department of Defense, specifically the Department of the Army, is announcing a Special Notice for the Fort Moore Job Order Contract (JOC), now identified as W5168W25RA013, which will be executed at Fort Benning, Georgia, and surrounding locations. This procurement aims to secure services for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for small businesses, emphasizing the importance of fostering small business participation in federal contracting opportunities. Interested parties should note that the anticipated solicitation date is May 23, 2025, and can reach out to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further inquiries.
Fort Benning Job Order Contract (JOC)
Buyer not available
The Department of Defense, specifically the Department of the Army, is announcing a special notice regarding the Fort Benning Job Order Contract (JOC), identified by the new number W5168W25RA013. This opportunity involves the procurement of construction services under the NAICS code 236220, focusing on commercial and institutional building construction, with a particular emphasis on the repair or alteration of miscellaneous buildings. The contract will cover work at Fort Benning, Alabama, and other locations, including Camp Merrill in Georgia, with a solicitation anticipated to be issued on May 28, 2025. Interested parties should note that there is no requirement to respond to this announcement, as it is not a sources sought announcement.
Job Order Contract (JOC) Region B
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking qualified 8(a) firms to participate in a Job Order Contract (JOC) for construction projects in Region B. This contract will facilitate the acquisition of services related to real property repair, maintenance, minor construction, and asbestos abatement, with tasks including general building renovations, road repairs, and environmental work. The selected contractors will be required to adhere to strict quality control and safety standards, as outlined in the associated Quality Control and Safety Plans, and must demonstrate their capability through a Lowest Priced Technically Acceptable (LPTA) evaluation process. Interested firms should contact Timothy McCleary at timothy.j.mccleary.civ@army.mil or Sharon Wilson-Emmons at Sharon.Wilson-Emmons.civ@army.mil for further details, with proposals due as specified in the solicitation documents.
Carlisle Barracks Job Order Contract Sources Sought
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to respond to a Sources Sought Notice for a Job Order Contract (JOC) at Carlisle Barracks, Pennsylvania. This procurement aims to establish a Firm-Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for various construction tasks, including repairs, demolitions, and minor constructions related to military facilities, with an anticipated project magnitude between $25 million and $50 million over a base year and four option years. The selected contractor will be responsible for providing all necessary personnel, materials, and services while adhering to federal laws and safety regulations, emphasizing accountability and regulatory compliance throughout the project. Interested small businesses must submit their qualifications and relevant information to the designated contacts, Andrew Graham and Carie Trezevantte, by email, as the government will not accept unsolicited proposals or telephone inquiries.
Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Georgia. The project encompasses the construction of an ARC training building, a Vehicle Maintenance Shop (VMS), and an Unheated Storage Building (USB), along with supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated construction cost between $25 million and $100 million and a contract duration of approximately 900 calendar days from the Notice to Proceed. Interested contractors must submit proposals electronically and are encouraged to contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil for further information, noting that funding is not currently available and no contract awards will be made until appropriated funds are secured.
Fort Johnson, LA Horizontal HUBZone Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for a Horizontal HUBZone Multiple Award Task Order Contract (MATOC) for Fort Johnson, Louisiana. This procurement aims to engage qualified contractors for a range of Design-Build and Design-Bid-Build construction activities, including the design and construction of parking lots, retaining walls, bridges, roads, and drainage improvements, among others. The contract is significant for supporting the construction and repair of essential facilities, with a maximum task order limit of $10 million and an estimated total contract capacity of $20 million over a seven-year period. Interested parties can reach out to Demetrius Brooks at demetrius.d.brooks@usace.army.mil or Robert Buchanan at robert.e.buchanan@usace.army.mil for further details.
Job Order Contract (JOC) at Fort Bliss, Texas
Buyer not available
The Department of Defense, through the Department of the Army, is seeking small businesses to participate in a Job Order Contract (JOC) for construction services at Fort Bliss, Texas. This procurement aims to establish a Firm-Fixed-Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract, with an estimated value of $100 million over a five-year period, to support the management and operation of facilities and infrastructure essential for Army readiness. The contract will encompass a variety of construction and repair tasks, including renovations of administrative buildings and child development centers, with a strong emphasis on safety, quality control, and environmental compliance. Interested small businesses are encouraged to submit their capabilities and experience to the primary contact, Michael B. Aguilar, via email at michael.b.aguilar.civ@army.mil, by the specified deadline for responses.
Regional Job Order Contract (JOC) for General Construction
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Regional Job Order Contract (JOC) focused on general construction projects. This procurement aims to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to an eligible 8(a) firm, which will provide labor, materials, equipment, and supervision for minor construction, repairs, rehabilitations, demolitions, or alterations at various installations within the NAVFAC Northwest Area of Responsibility. The contract will utilize the Lowest Price Technically Acceptable (LPTA) source selection process to ensure the best value for the government. Interested firms must submit their proposals in accordance with the Request for Proposal (RFP) guidelines, and for further inquiries, they can contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Carter Wilson at carter.a.wilson7.civ@us.navy.mil. The solicitation is set aside exclusively for 8(a) firms under NAICS code 236220, with amendments issued on March 6, 2025, March 13, 2025, and March 25, 2025.
Unaccompanied Enlisted Personnel Housing (UEPH) Barracks
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Joint Base Lewis McChord (JBLM) in Washington. This project aims to provide essential housing facilities for enlisted personnel, ensuring adequate living conditions that support military readiness and morale. The procurement falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and the PSC code Y1FC, focusing on the construction of troop housing facilities. Interested contractors can reach out to Mary Hesser at mary.a.hesser@usace.army.mil or by phone at 206-764-6662, or Andrea Jackson at andrea.g.jackson@usace.army.mil or 817-886-1048 for further details regarding the solicitation process.
Presolicitation and Virtual Industry Day - W912HN25R4001 - Construct UEPH Barracks Fort Stewart GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is preparing to solicit proposals for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Fort Stewart, Georgia. This project aims to address a significant housing deficit by constructing two buildings totaling approximately 192,737 square feet, providing quality accommodations for 372 soldiers and improving their quality of life. The anticipated contract, valued between $100 million and $250 million, will be awarded using a Best Value Trade Off approach, emphasizing past performance and management strategies. Interested contractors should note that the solicitation is expected to be released around April 30, 2025, with proposals due by May 30, 2025; for further inquiries, contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil or call 912-652-5476.