Job Order Contract (JOC) at Fort Bliss, Texas
ID: W5168W-27-X-JOCType: 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

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to participate in a Sources Sought Notice for a Job Order Contract (JOC) at Fort Bliss, Texas. This procurement aims to establish a Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract for construction and real property repair services, with an estimated value of $100 million over a five-year period, supporting the Directorate of Public Works (DPW) at Fort Bliss. The contract will encompass a wide range of projects, including facilities, infrastructure, and utilities, with a focus on compliance with federal, state, and local laws, and will require detailed proposals for task orders, safety, quality control, and environmental management. Interested small businesses are encouraged to submit their capabilities and experience by contacting Michael B. Aguilar at michael.b.aguilar.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil, with responses due by the anticipated solicitation release at the end of February 2026.

    Files
    Title
    Posted
    The U.S. Government is issuing a Sources Sought Notice for a Firm-Fixed-Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) at Fort Bliss, Texas. The requirement is for new construction services to support the Directorate of Public Works (DPW) at Fort Bliss, with an estimated value of $100,000,000 over a five-year ordering period. This notice aims to determine if the requirement can be set aside for small businesses, including various socioeconomic categories. The anticipated NAICS code is 236220 (Commercial and Institutional Building Construction) with a $45M size standard, and the Product Service Code is Z2JZ (Repair or Alteration of Miscellaneous Buildings Services). This is solely for information and planning, not a request for proposals. Interested small businesses are requested to provide detailed information on their capabilities, experience, financial capacity, bonding capabilities, and recommendations for structuring the contract to enhance small business competition. Responses should be submitted via email to the specified contract specialists.
    The U.S. Government has issued a Sources Sought Notice seeking responses from small businesses interested in a Firm-Fixed-Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) to support construction at Fort Bliss, Texas. This procurement is intended for small businesses, with encouragement for participation from various socioeconomic categories. The anticipated contract will facilitate an estimated $100 million worth of construction projects over five years, focused on supporting facilities and infrastructure for Army readiness. Responses must include details about the firm’s capabilities, experience in similar projects, potential subcontracting arrangements, and compliance with small business subcontracting limitations. Additionally, respondents should provide information on bonding capabilities and any potential barriers to competition. The notice serves purely for information purposes and does not obligate the government to solicit formal proposals. Interested businesses are directed to submit their information via email to the specified contract specialists.
    This Statement of Work (SOW) outlines a non-personal services Job Order Contracting (JOC) contract for Fort Bliss, Texas, focused on real property repair and construction. The contract, a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ), covers a broad range of projects from administrative facilities to airfield structures, including incidental design, testing, and abatement for lead-based paint or asbestos. The Contractor is responsible for providing all personnel, equipment, and services, adhering to specific work hours, federal holidays, and installation closures. Key aspects include using RSMeans/e-Gordian for cost estimating, strict proposal requirements, and detailed plans for accident prevention, quality control, site safety, and environmental compliance. The document also specifies personnel qualifications, task order procedures, and various reporting and documentation requirements to ensure projects conform to technical criteria and regulatory standards.
    The Statement of Work (SOW) for Job Order Contracting (JOC) at Fort Bliss, Texas, outlines responsibilities and requirements for construction and repair projects. The contract, categorized under Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ), encompasses a range of tasks including facility repairs, renovations, and various construction activities involving administrative buildings, child development centers, and utilities. The contractor is responsible for all personnel, equipment, and materials necessary to execute defined tasks, which are initiated through a Request for Task Order Proposal (RTOP). Key components include compliance with safety regulations, detailed proposal submissions based on RSMeans/e-Gordian cost estimation software, and adherence to federal and local regulations. The SOW emphasizes quality control, safety plans, and environmental management, necessitating the contractor's accountability for maintaining safety and compliance in all operations. The Contractor must also prepare and manage an array of specific plans tailored to project requirements, including safety, traffic control, and environmental compliance plans. Overall, this SOW underscores the commitment to quality, safety, and environmental responsibility in the execution of construction tasks at Fort Bliss.
    The Statement of Work (SOW) outlines a non-personal services Job Order Contracting (JOC) agreement for construction and real property repair at Fort Bliss, Texas, and New Mexico. This Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) contract, under NAICS 236220, covers a broad range of projects, including facilities, infrastructure, and utilities, with potential for incidental design and environmental remediation. The contractor is responsible for all planning, administration, management, and execution in accordance with federal, state, and local laws. Key aspects include the use of RSMeans/e-Gordian for cost estimating, specific procedures for task order proposals and execution, and detailed requirements for personnel, safety, quality control, and environmental compliance. The SOW emphasizes strict adherence to project schedules, defines conditions for time extensions, and specifies liquidated damages for delays. It also outlines documentation, reporting, and various contractor responsibilities, including comprehensive plans for accident prevention, asbestos/lead management, and site safety.
    The document outlines a Statement of Work (SOW) for a Job Order Contract (JOC) at Fort Bliss, Texas, and New Mexico, focusing on a range of construction-related services. The primary purpose is to establish terms for the repair, maintenance, and minor construction projects at the Fort Bliss Installation, which includes various types of facilities and infrastructure. Key components include the definition of tasks, project scope, contractor responsibilities, and procedures for task order proposals. The work is classified under the North American Classification System and includes construction disciplines such as HVAC, electrical, plumbing, and environmental safety measures. Contractor responsibilities encompass ensuring compliance with regulations, quality control, and safety management throughout the construction process. Significant elements involve the use of cost estimating software (RSMeans/e-Gordian), management of project schedules, and delivery of accurate proposals responding to task order requirements. The document emphasizes maintaining standard operating procedures concerning environmental protection, waste management, and safety, thus highlighting the government’s commitment to regulatory compliance and efficient project execution within stipulated timelines.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Construct Shipping and Receiving Building, Fort Bliss, TX
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Shipping and Receiving Building at Fort Bliss, Texas. This procurement aims to establish a facility that will enhance logistics and operational efficiency at the military installation. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1JZ for the construction of miscellaneous buildings. Interested parties can reach out to Rodney Alexander at 817-886-1090 or via email at Rodney.d.alexander@usace.army.mil for further details regarding this opportunity.
    Up Range Security Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a bridge contract for security guard and patrol services at Fort Bliss, Texas. This procurement is part of a Justification & Approval (J&A) process aimed at ensuring continued security operations for the Northern range at White Sands Missile Range (WSMR). The services are critical for maintaining safety and security in military operations, highlighting the importance of reliable security personnel in defense activities. Interested parties can reach out to Charles D. Johnson at charles.d.johnson12.civ@army.mil for further details regarding this opportunity.
    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.
    Justification and Approval: Support Base Services Ft. Bliss 6 Month Extension
    Dept Of Defense
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command at Fort Sam Houston, is seeking a six-month extension for the existing bridge contract W9124J-22-C-0018 with Tatitlek Training Services, valued at $10,521,957, to ensure the continuity of Support Base Services at Fort Bliss, Texas. This extension is critical to maintain mobilization and deployment activities while the agency addresses delays caused by a Government Accountability Office (GAO) protest regarding a competitive task order under the Support Base Services Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract. The incumbent contractor, Tatitlek Training Services, is deemed the only source capable of preventing a disruption in services that could adversely affect national security and troop readiness. Interested parties can reach out to Kevin Vijayan at kevin.vijayan.civ@army.mil or 210-466-2193 for further information.
    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.
    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.
    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.
    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.
    Fort Bliss National Cemetery Landscape Materials, Indefinite Delivery Indefinite Quantities (IDIQ) -- 9620
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide bulk landscape materials for the Fort Bliss National Cemetery in El Paso, Texas, through an Indefinite Delivery Indefinite Quantities (IDIQ) contract. The contractor will be responsible for supplying Franklin Red Crushed Granite Rock and Aggregate Course materials, including all necessary labor, supervision, transportation, and equipment for delivery. This procurement is essential for maintaining the cemetery's landscape, ensuring a respectful and well-kept environment for veterans. The solicitation is expected to be released in two weeks, and interested parties must register in the System for Award Management (SAM) and monitor the website for updates and amendments. For further inquiries, contact Contracting Officer Roberto Escobedo at Roberto.Escobedo@va.gov.
    Border Patrol Station-Freer, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.