Ft. Stewart Job Order Contract (JOC)
ID: PANMCC25P0000009146Type: 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

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to participate in a Sources Sought Notice for a Job Order Contract (JOC) at Fort Stewart, Georgia. The procurement aims to establish a Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract for construction services, including repair, maintenance, and minor construction projects for various facilities and infrastructure, with an anticipated project magnitude of approximately $100 million over a base year and four option years. This opportunity is crucial for supporting Army readiness and sustaining operational capabilities at Fort Stewart and Hunter Army Airfield. Interested firms must respond with their qualifications and capabilities by contacting Rebecca Langham or Andrew Graham via email, as detailed in the notice, to facilitate the potential set-aside for small businesses.

Point(s) of Contact
Files
Title
Posted
Mar 19, 2025, 5:06 PM UTC
Mar 19, 2025, 10:06 PM UTC
The Statement of Work (SOW) outlines the requirements for a Job Order Contract (JOC) aimed at providing construction services for Fort Stewart and Hunter Army Airfield in Georgia. This non-personal services contract entails a Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) agreement specifically for construction as classified under NAICS 236220. The contractor is responsible for all aspects of personnel, equipment, and materials needed for repair, maintenance, and minor construction projects, including administrative facilities, barracks, and various utility works. Work directives will be issued via Task Orders (TOs), which detail specific proposals based on a Request for Task Order Proposal (RTOP). The contractor must provide detailed proposals, manage costs according to a pre-established Unit Price Book (UPB), and comply with all regulations pertaining to safety and quality control. The SOW sets forth guidelines on work hours, holiday scheduling, and handling of unforeseen circumstances, such as inclement weather or installation closures. Furthermore, it mandates that all contractors meet specific qualifications, including key personnel requirements, to ensure project success. This document is critical for establishing expectations and procedures for government-contracted construction projects, maintaining compliance with federal standards.
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.
Proj No.: 95170, Construct a 10MW Generation Plant, with Microgrid Controls
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a 10MW generation plant with microgrid controls at Fort Stewart, Georgia. This project, designated as a total small business set-aside under NAICS code 237130, aims to enhance energy resilience and sustainability by integrating natural gas generators with existing solar assets into a modern microgrid system. The estimated construction cost ranges between $25 million and $100 million, with a contract period of performance set for 1,080 calendar days following the notice to proceed. Interested contractors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) by May 1, 2025, and are encouraged to contact Mr. Gerard Leo at gerard.f.leo@usace.army.mil or Mr. David Lione at david.j.lione@usace.army.mil for further information.
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.
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.
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.
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.
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.
Marne Community Integration (Motorized Tour Services)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide motorized tour services as part of the Marne Community Integration Program at Fort Stewart, Georgia. The contractor will be responsible for delivering training support that introduces newly arrived Soldiers to their local environment, reinforcing Army values, fostering social connections, and promoting healthy lifestyle choices to mitigate harmful behaviors. This contract, which is a Total Small Business Set-Aside, has an estimated value of $19 million and spans one base year with two optional years, with a response deadline set for April 29, 2025. Interested parties can contact Dustin Hesskamp at dustin.a.hesskamp.mil@army.mil or by phone at 571-801-3869 for further details.
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.
Army Reserve Center (ARC), Vehicle Maintenance Shop (VMS), and Unheated Storage Building (UHS) at Marine Corps Logistics Base in Albany, GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of an Army Reserve Center (ARC), Vehicle Maintenance Shop (VMS), and Unheated Storage Building (UHS) at the Marine Corps Logistics Base in Albany, Georgia. The project encompasses the design and construction of facilities totaling approximately 46,800 square feet, along with necessary site work, utilities, security measures, and landscaping, all adhering to sustainability standards. This initiative is crucial for enhancing military readiness and operational capabilities, with an estimated contract duration of 900 days and a projected cost between $25 million and $100 million. Interested small businesses, including those classified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their responses by April 30, 2025, and can contact Lindsay Lawrence at Lindsay.B.Lawrence@usace.army.mil for further information.