Carlisle Barracks Job Order Contract (JOC)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is soliciting proposals for a Carlisle Barracks Job Order Contract (JOC) to provide construction services for a broad variety of small minor construction projects at Carlisle Barracks, PA. This is a 100% 8(a) Competitive set-aside. The contract will be a single award, Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) with a 60-month ordering period.
Scope of Work
The contractor will provide all necessary personnel, equipment, tools, materials, transportation, and supervision for sustainment, renovation, and modernization (SRM) construction services. Projects will include repair, demolition, and minor construction for facilities such as barracks, administrative buildings, maintenance shops, child development centers, physical fitness centers, and various utilities. Specific trades involved include carpentry, roofing, painting, electrical, HVAC, plumbing, masonry, demolition, roadwork, and earthwork. Individual Task Orders (TOs) are estimated to be $150,000 or more.
Contract Details
- Contract Type: Single Award, Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC).
- Ordering Period: 60 months (5 years).
- Set-Aside: 100% 8(a) Competitive Set-Aside.
- Estimated Annual Task Order Awards (EATOA): $3,740,000 (from Exhibit D).
- Size Standard: $45M (from Solicitation summary).
- Place of Performance: Carlisle Barracks, PA.
Key Requirements & Deliverables
- eGordian Software: Required for cost estimating and utilizing the Construction Task Catalog (CTC). Bidders must understand how unit prices, adjustment factors, and coefficients are structured.
- Personnel: Key personnel include Program Manager, Superintendent, Safety and Health Officer, and Quality Control Manager with specific qualifications.
- Contractor Plans: Required plans include Accident Prevention, Asbestos and Lead Management, Management Plan, Safety and Health Plan, Spill Plan, Traffic Control Plan, and Quality Control Plan.
- Compliance: Adherence to all Federal, State, and local environmental laws, OSHA standards, and Garrison security requirements.
- Wage Rates: Compliance with Davis-Bacon Act prevailing wage rates (Heavy and Highway, Residential, Building, Heavy Sewer/Water Treating Plant) is mandatory for labor cost estimation.
Pricing & Submission
- Coefficient Calculation: Bidders must develop coefficients for pricing, accounting for overhead, profit, insurance, taxes, mobilization, and other indirect costs. No additional payments will be made for omitted costs. Non-PrePriced (NPP) coefficients are also required for items not covered by the RSMeans Unit Price Book.
- Proposal Submission: Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
- Task Order Procedures: An SAIDIQ Ordering Guide details the process for Request for Task Order Proposals (RTOPs), pricing, evaluation, and issuance of individual task orders.
Evaluation Factors
Proposals will be evaluated based on:
- Technical Capability (Factor 1)
- Past Performance (Factor 2) - Requires detailed reference sheets, customer questionnaires, and subcontractor consent forms.
- Price (Factor 3)
Important Dates & Contacts
- Proposal Due Date: February 26, 2026, at 01:00 PM local time.
- Questions Deadline: An amendment regarding the extension of the deadline for solicitation questions will be posted on February 2, 2026.
- Primary Contact: Carie Trezevantte (carie.g.trezevantte.civ@army.mil, 520-944-7350).
- Secondary Contact: Andrew Graham (andrew.s.graham6.civ@army.mil).