Job Order Contract (JOC) Region B
ID: W15QKN-25-R-A030Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Job Order Contract (JOC) in Region B, aimed at commercial and institutional building construction. This presolicitation opportunity is set aside for 8(a) certified businesses, focusing on the maintenance of office buildings under the NAICS code 236220 and PSC code Z1AA. The contract is crucial for ensuring the upkeep and functionality of military facilities, thereby supporting operational readiness. Interested parties can reach out to Timothy McCleary at timothy.j.mccleary.civ@army.mil or Sharon Wilson-Emmons at Sharon.Wilson-Emmons.civ@army.mil for further details, with the procurement process expected to unfold in the near future.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    W911SA25RA012 SOLICITATION 88th HOOSIER JOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the 88th Hoosier Job Order Contract (JOC) under solicitation number W911SA25RA012. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and focuses on commercial and institutional building construction, particularly the repair or alteration of miscellaneous buildings. The successful contractor will play a crucial role in maintaining and enhancing military facilities, ensuring they meet operational standards. Interested parties can reach out to Kaleigh Nicksic at 502-898-7131 or via email at kaleigh.n.nicksic.civ@army.mil for further details regarding the solicitation process.
    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 seeking proposals for a Regional Job Order Contract (JOC) for General Construction, with an estimated total contract value not to exceed $99 million. This procurement aims to provide all necessary labor, materials, and supervision for minor construction, repairs, and alterations at various naval installations within the NAVFAC Northwest Area of Responsibility, primarily located in Washington State. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) source selection process, emphasizing corporate experience, safety, past performance, and technical solutions. Interested 8(a) firms must submit proposals by late April 2025, with the contract award anticipated by late June 2025. For further inquiries, contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Jenell Schreiber at jenell.a.schreiber.civ@us.navy.mil.
    Joint Base Myer Henderson Hall (JBMHH) Maintenance and Repair Services
    Buyer not available
    The Department of Defense, specifically the Army, is seeking contractors to provide maintenance and repair services for Army Family Housing units at Joint Base Myer Henderson Hall in Virginia. The procurement involves routine and emergency maintenance, inspections, and repairs, ensuring compliance with federal, state, and local regulations, particularly for historic buildings. This contract is crucial for maintaining a safe and conducive living environment for military families, with strict requirements for quality control, personnel qualifications, and security checks. Interested parties can contact Jodi Woods at jodi.e.woods.civ@army.mil or Kenneth L. Mitchell at kenneth.l.mitchell.civ@army.mil for further details, as this opportunity is set aside for 8(a) certified businesses under NAICS code 561210.
    B-21 East Alert Apron
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is soliciting bids for the construction of the B-21 East Alert Apron. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the construction of other airfield structures as indicated by the PSC code Y1BZ. The successful contractor will play a crucial role in enhancing airfield operations, which are vital for national defense and military readiness. Interested parties can reach out to Gloria Garside at gloria.garside@usace.army.mil or by phone at 402-995-2585, or contact Brittany Gull at brittany.c.gull@usace.army.mil or 402-995-2144 for further details regarding the solicitation process.
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Buyer not available
    The Department of Defense, through the U.S. Army's Mission and Installation Contracting Command, is seeking qualified small businesses for a Job Order Contract (JOC) at Fort Moore, Georgia, with a total estimated value between $25 million and $100 million over a five-year period. The contract will encompass general construction, repair, maintenance, and demolition projects, requiring contractors to provide all necessary materials and personnel while adhering to safety, quality, and environmental standards. This initiative is crucial for supporting the Department of Public Works in maintaining and upgrading federal facilities, ensuring compliance with regulations and efficient project execution. Interested firms must submit their capability statements by October 30, 2024, to the designated contacts, Deidra Hicks and Christopher Weber, with the anticipated solicitation issuance between May 23, 2025, and July 22, 2025.
    B-Hut Construction Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide construction supplies for B-Hut projects. This procurement is categorized as a Total Small Business Set-Aside, aimed at supporting small businesses in the industry of Other Heavy and Civil Engineering Construction, as defined by NAICS code 237990. The supplies are critical for the construction and maintenance of B-Huts, which serve as essential facilities for military personnel. Interested parties should reach out to Conner Blake at conner.d.blake.mil@army.mil or 910-643-8643, or Ralph Jones at ralph.m.jones12.civ@army.mil or 315-772-1669 for further details regarding the solicitation process.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    SSA Warehouse, JBLM, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is soliciting proposals for the construction of a warehouse at Joint Base Lewis-McChord (JBLM), Washington. This opportunity is set aside for 8(a) certified businesses under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the construction of miscellaneous buildings as classified under PSC code Y1JZ. The project is significant for enhancing operational capabilities at JBLM, and interested contractors should reach out to Linda O'Brien at linda.s.obrien@usace.army.mil or call 206-764-6804 for further details. Additionally, Susan Newby is available at susan.f.newby@usace.army.mil or 206-764-6754 for any inquiries.
    PD JS Remodeling Building 1 Annex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to undertake the remodeling of Building 1 Annex as part of a total small business set-aside contract. The project involves architectural services focused on the repair or alteration of office buildings, which is critical for maintaining operational efficiency and safety within military facilities. Interested contractors should reach out to the primary contact, Wilson Au, at wilson.w.au.civ@army.mil or by phone at 520-669-8391, or the secondary contact, Haakon Mathewson, at haakon.l.mathewson.civ@army.mil or 520-687-1428, for further details regarding the solicitation process.
    W912HP25S3002, Single Award Task Order Contract (SATOC) for Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts for Facility Support Services for Marine Forces Reserve Command (MARFORRES) Facilities, Northeast Region II
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Charleston, is seeking qualified contractors for a Single Award Task Order Contract (SATOC) for Indefinite Delivery, Indefinite Quantity (IDIQ) contracts focused on Facility Support Services for the Marine Forces Reserve Command (MARFORRES) Facilities in Northeast Region II. The procurement aims to provide comprehensive facility support services, which are essential for maintaining operational readiness and ensuring the effective functioning of military facilities. This opportunity falls under the NAICS code 561210, specifically targeting the maintenance of office buildings, and is crucial for sustaining the infrastructure that supports military operations. Interested parties should contact Walter Gordon at WALTER.L.GORDON@USACE.ARMY.MIL or call 843-329-8157 for further details regarding the submission process and timelines.