Carlisle Barracks Job Order Contract Sources Sought
ID: W5168WType: 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, 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. The procurement aims to establish a Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract for construction, repair, demolition, and minor construction projects, with individual Task Orders valued at $150,000 or more, supporting the management and operation of facilities and infrastructure critical to Army readiness. The anticipated contract value ranges between $25 million and $50 million for a base year plus four one-year option periods, with a focus on ensuring compliance with safety, quality control, and environmental standards. Interested small businesses are encouraged to submit their capabilities and qualifications to the primary contacts, Andrew Graham and Carie Trezevantte, by email, as the draft solicitation is expected to be posted around September 22, 2025.

    Files
    Title
    Posted
    The Carlisle Barracks, PA Job Order Contracting (JOC) Statement of Work outlines a non-personal services contract for construction, repair, demolition, and minor construction projects, valued at $150,000 or more per Task Order (TO). This Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) contract, falling under NAICS 236220, requires the contractor (KTR) to provide all necessary personnel, equipment, and services. The KTR will utilize eGordian software for cost estimating based on a Unit Price Book (UPB), with coefficients covering indirect costs, overhead, and other expenses. The contract emphasizes strict adherence to work hours, federal holidays, and installation closures, with provisions for inclement weather delays. Key responsibilities include comprehensive project management, quality control (QC), safety protocols, and environmental compliance, with specific plans required for accident prevention, asbestos/lead management, and traffic control. Personnel requirements include a Program Manager, Superintendent, Safety and Health Officer, and Quality Control Manager. The document details ordering procedures, proposal requirements, invoicing, and reporting, ensuring all work conforms to government standards and regulations.
    The Statement of Work outlines the requirements for a Job Order Contract (JOC) for construction projects at Carlisle Barracks, PA. It is a non-personal services firm fixed price contract structured to handle various construction tasks, such as repairs, demolitions, and minor constructions related to military facilities. The contractor (KTR) is responsible for providing all necessary personnel, materials, and services while adhering to federal laws and safety regulations. Key responsibilities include precise documentation for task orders, coordination meetings, and quality control, where the KTR will participate in identifying deficiencies and handling corrections. Pre-established unit prices from a government-approved pricing database will guide project cost estimates without allowances for contingencies. Regular inspections will ensure compliance with specifications throughout the project duration. The comprehensive nature of the JOC indicates the government's focus on effective management and oversight of construction services while streamlining procurement and maintaining operational efficiency. This contract directly reflects the federal government's approach to contracting, emphasizing accountability, detailed planning, and regulatory compliance within its military infrastructure projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil 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.
    LARGE AREA FACILITY DESIGN BUILD CONSTRUCTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the design and construction of a Large Area Facility at Tobyhanna, Pennsylvania. The project entails constructing a 90' x 75' clear span structure with a minimum height of 40 feet, designed to support mission requirements with specific features such as large overhead doors, flush work floors, and comprehensive utility systems. This facility is crucial for accommodating both general and mission-specific operations, ensuring a lifespan of at least 40 years in compliance with DoD standards. Interested contractors must submit their capability statements, including evidence of relevant past performance and the ability to self-perform at least 50% of the contract, by December 12, 2025. For further inquiries, potential offerors can contact Brian Cox at brian.w.cox@usace.army.mil or Cherita Williams at cherita.l.williams@usace.army.mil.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.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.
    Facilities Investment Services, Ft. Jackson, SC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Charleston District, is conducting a Sources Sought notice to identify qualified contractors for Facilities Investment Services at Ft. Jackson, SC. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for preventative maintenance services, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for maintaining operational readiness and efficiency of facilities, and responses will inform the acquisition strategy and potential solicitation advertisement. Interested parties, particularly Small Businesses, Certified 8(a) Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, and Service-Disabled Veteran Owned Small Businesses, should direct inquiries to Holly Sopiak at holly.j.sopiak@USACE.army.mil or call 843-278-9401.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    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.