Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Sources Sought (Updated)
- Updated Published Date: Sep 30, 2024 12:53 pm CDT
- Original Published Date: Sep 24, 2024 03:16 pm CDT
- Updated Response Date: Oct 30, 2024 12:00 pm CDT
- Original Response Date: Oct 24, 2024 12:00 pm CDT
- Inactive Policy: Manual
- Updated Inactive Date: Sep 24, 2025
- Original Inactive Date: Sep 24, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Fort Moore , GA 31905USA
Description
THIS IS A SOURCES SOUGHT SYNOPSIS (SSS) NOTICE (ONLY):
The U.S. Government desires to procure a Firm-Fixed-Price (FFP), Single Award, Indefinite Delivery Indefinite Quantity Job Order Contract (JOC) at Fort Moore Georgia and Alabama; on a small business set-aside basis, provided two or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is NOT seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The GPE is located at https://sam.gov. The Mission and Installation Contracting Command, Installation Readiness Center (MICC-IRC) will not accept phone calls regarding this potential future JOC, and electronic inquiries regarding this SSS shall be referred to the GPE.
The potential JOC is anticipated for new construction work to support the Department of Public Works (DPW) primarily at Fort Moore, Georgia. The DPW intends to initiate potential work in the form of job orders for general or specific construction efforts on an as needed basis. The total magnitude is between $25,000,000 and $100,000,000 over a five-year ordering period. The North American Industry Classification System (NAICS) code is 236220, which represents Commercial and Institutional Building Construction with a size standard of $47,000,000.00. The current Government contract number is W911SF21D0004. The current effort was a JOC, set-aside for a Small Business Administration (SBA) Certified Women-Owned Small Business with the product service code (PSC) of Y1AZ, which represents the Construction of Other Administrative Facilities and Service Buildings. The prospective new effort will also be a JOC.
In response to this SSS, please provide:
1. Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI), CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Whether a given firm is interested in competing for this requirement as a prime contractor or subcontractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide company’s specific experience in construction and providing comparable services. Ensure the information is in sufficiently detailed regarding previous experience in managing construction (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information deemed applicable). When appropriate, please provide the same experience information from subcontracts, Joint Ventures, and/or teaming partners that one’s firm might choose or consider.
3. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008).
4. Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB).
5. Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). Please include your bonding capacity/capability, to include the single project and aggregate limits.
6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sam.Gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
8. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services.
9. Questions related to this sources sought shall be sent no later than October 11, 2024.
Electronic submissions only: Responses are due no later than 12:00pm Central Daylight Time on October 30, 2024; to facilitate planning and ensure maximum consideration. Email attachments cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions. DO NOT SEND ZIPPED files as the Government’s network will remove all zipped files.
Interested firms should provide a brief capability statement package (limited to no more than 30 pages, single spaced, and use a 12-font size minimum); demonstrating specific capability in reference to this requirement. Respondents shall submit responses in Microsoft Word of Adobe Acrobat formatting, or a combination of both formats; all formatting submitted must be searchable.
Include: Whether a firm’s experience is or was as a prime contractor or subcontractor on similar requirements (include the services provided, the number of facilities involved, and other relevant information deemed applicable).
Email the capability package to:
Christopher Weber - Contract Specialist at email: christopher.weber11.civ@army.mil
Deidra Hicks - Contracting Officer at email: deidra.l.hicks.civ@army.mil
The email subject line shall include: The Firm’s Name, “Response to the Sources Sought Synopsis for the Fort Moore JOC, W5168W24R0024
**Note: the location(s) and corresponding solicitation number that you are responding to must be identified on the subject line.
Attachments/Links
Contact Information
Contracting Office Address
- DIRECTOR MICC IRC 2371 INFANTRY POST ROAD
- FORT SAM HOUSTON , TX 78234-0000
- USA
Primary Point of Contact
- Deidra Hicks
- deidra.l.hicks.civ@army.mil
Secondary Point of Contact
- Christopher Weber
- christopher.weber11.civ@army.mil
History
- Feb 13, 2025 10:26 am CSTSources Sought (Updated)
- Feb 13, 2025 10:22 am CSTSources Sought (Updated)
- Jan 15, 2025 02:40 pm CSTSources Sought (Updated)
- Oct 23, 2024 01:29 pm CDTSources Sought (Updated)
- Sep 30, 2024 12:53 pm CDTSources Sought (Updated)
- Sep 24, 2024 03:16 pm CDTSources Sought (Original)