Skip to main content

An official website of the United States government

You have 2 new alerts

Ozark Job Order Contract (JOC)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jan 20, 2022 01:28 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 20, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:

Description

The Mission and Installation Contracting Command (MICC), Fort McCoy, Wisconsin, has a requirement for a construction Job Order Contract (JOC) for facilities throughout the Ozark Region in the states of Iowa and Missouri. Typical task orders may include repair and maintenance of real property, repair and replacement of HVAC, water, and sewer systems, paving, roofing, interior and exterior painting, ceiling repairs or replacements, repair or replacement of floor coverings, renovations, refurbishments, civil works and electrical repairs involving all of the building crafts and trades.

Solicitation W911SA22B2002 will be issued as an Invitation for Bids (IFB) using the procedures outlined in Federal Acquisition Regulation (FAR) Part 14 as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). It is anticipated that this requirement will be awarded as a single award, firm-fixed-price Indefinite Delivery / Indefinite Quantity (IDIQ) contract. The anticipated base year period of performance will be 2 May 2022 to 1 May 2023 plus four one-year option periods. The primary North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $39.5M.

This procurement will be a 100% HUBZone Small Business Set-Aside.

The Invitation for Bids will be available electronically at https://sam.gov on or about 8 February 2022. The bid opening will occur no earlier than 30 days after the Invitation for Bids becomes available. The magnitude of this project is more than $10,000,000.

Do not contact the Contract Specialist for requests to change the set aside or to state your interest. Interested Parties should access https://sam.gov for solicitation, associated documents, solicitation amendments, and to add themselves to the Interested Vendors List. Contractors will not be directly notified of any postings by contracting office personnel. Contractors must be signed into https://sam.gov to choose to follow this contract opportunity and to setup notifications from SAM. Assistance and questions regarding this process would need to be addressed through the Federal Service Desk.

Contact Information

Contracting Office Address

  • KO DIRECTORATE OF CONTRACTIN BLDG 1108 SOUTH R STREET
  • FORT MCCOY , WI 54656-5142
  • USA

Primary Point of Contact

Secondary Point of Contact

History