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
    Description

    The Department of Defense, specifically the U.S. 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, demolition, and minor construction, to support the Directorate of Public Works' mission requirements. This contract is crucial for maintaining the facilities and infrastructure necessary for Army readiness and will involve a total project magnitude of approximately $100 million over a base year and four option years. Interested small businesses are encouraged to submit their capabilities and relevant experience by contacting Rebecca Langham or Andrew Graham via email, with the solicitation anticipated to be released by mid-February 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for a Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) Job Order Contract (JOC) for construction work at Fort Stewart and Hunter Army Airfield, Georgia. The contract, under NAICS 236220, covers repair, maintenance, demolition, and minor construction, including various trades and facility types. The Contractor is responsible for providing all necessary resources and adhering to strict guidelines, including work hours, federal holidays, and installation closures. Key responsibilities include proposal preparation using Government-approved Unit Price Book (UPB) and RS-Means/e-Gordian software, managing task orders, and ensuring quality control and safety. The SOW details procedures for proposals, including Non-Pre-Priced (NPP) items and coefficients, and outlines deliverables such as project schedules and as-built drawings. It also specifies requirements for key personnel, various contractor plans (e.g., Accident Prevention, Quality Control, Site Safety and Health), and adherence to environmental regulations, safety protocols, and cleanup procedures. The document emphasizes compliance with federal, state, and local laws, and outlines the Contractor Quality Control System, including inspections and performance evaluations. Ultimately, the contract aims to fulfill the Directorate of Public Works' mission requirements while maintaining high standards of quality, safety, and environmental protection.
    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
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    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.
    Special Notice - Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    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)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a Job Order Contract (JOC) for construction services at Fort Benning, Alabama. This procurement aims to facilitate the repair or alteration of various buildings, aligning with the NAICS code 236220, which pertains to commercial and institutional building construction. The anticipated date for the issuance of a draft solicitation is set for January 16, 2026, and interested parties should note that this announcement does not require a response, as it is not a solicitation or sources sought announcement. For further updates, stakeholders are encouraged to monitor the SAM.gov website for any changes regarding the solicitation number, which has recently changed to W5168W26RA006.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million, exclusively set aside for small businesses. This contract will facilitate the issuance of task orders for various construction projects within the Savannah District's area of responsibility, primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work. Interested contractors must submit their proposals by December 18, 2025, at 1100 hours EST via the PIEE Solicitation Module, and should direct inquiries to Gregory Graham at gregory.m.graham@usace.army.mil or by phone at 912-652-5476.
    Staging/Marshaling Area
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Staging/Marshaling Area at Fort Hood, Texas. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is designated as a Total Small Business Set-Aside under FAR 19.5. The construction of this facility is critical for supporting military operations and logistics, ensuring efficient staging and marshaling of equipment and personnel. Interested contractors should reach out to Jacqueline Cole at jacqueline.j.cole@usace.army.mil or call 314-526-1002 for further details, as the presolicitation notice indicates that additional project specifics are available in the attached documentation.
    Underground Utilities Locator-recompete
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified small businesses to provide underground utilities locating services at Fort Stewart and Hunter Army Airfield in Georgia. The primary objective of this procurement is to accurately identify all underground utilities and approve excavation permits for government and private contractors engaged in construction, maintenance, and repair projects. This service is critical for ensuring safety and compliance during excavation activities, thereby preventing damage to existing utilities and facilitating efficient project execution. Interested small businesses, particularly those in socioeconomic categories such as 8(a), SDB, HUBZone, SDVOSB, and WOSB, are encouraged to respond to the Sources Sought Notice by providing their capabilities and relevant experience. For further inquiries, interested parties may contact Shaana Ito at shaana.k.ito.civ@army.mil or Curtis Hanna at curtis.r.hanna.civ@army.mil.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Solid Waste/Recycling Processing Management Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) Business Development Program participants to provide Solid Waste/Recycling Processing Management Services at Fort Stewart, Georgia. The procurement aims to ensure efficient solid waste management and recycling operations, with contractors responsible for collecting, transporting, processing, and selling recyclable materials while adhering to environmental regulations and performance standards. This opportunity is critical for maintaining compliance with environmental management programs and diverting recyclables from landfills. Interested firms must respond to the sources sought notice with detailed information about their capabilities, experience, and interest in competing for the contract, which is anticipated to be structured as a competitive 8(a) set-aside. For further inquiries, potential respondents can contact Lacey Turner at lacey.m.turner2.civ@army.mil.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.