Ft. Stewart JOC Pre-Solicitation Notice
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 Mission and Installation Contracting Command – Installation Readiness Center (MICC-IRC) has issued a pre-solicitation notice for Job Order Contract (JOC) services at Fort Stewart and Hunter Army Air Field (HAAF), Georgia. This requirement is for sustainment, renovation, and modernization construction services. This will be a 100% HUBZone Small Business Set-Aside with an estimated maximum value of $97.5 million.
Scope of Work
The selected contractor will provide all personnel, equipment, tools, materials, and supervision for sustainment, renovation, and modernization construction services for facilities and components across Fort Stewart and HAAF. The goal is to provide timely and quality construction support to the Garrison Commander and the Directorate of Public Works (DPW).
Contract & Timeline
- Type: Single Award Indefinite Delivery Indefinite Quantity (SAIDIQ), Firm Fixed-Price (FFP) contract.
- Value: Maximum Estimated Contract Value is $97,500,000.00.
- Period of Performance: 5-year ordering period.
- Set-Aside: 100% HUBZone Small Business Set-Aside.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 million small business size standard.
- Product Service Code (PSC): Z2JZ (Repair of Alteration of Miscellaneous Buildings).
- Solicitation Release: Expected on or about April 2, 2026, as a Request for Proposal (RFP) W5168W26RA008.
- Published: March 30, 2026.
Additional Notes
This is a pre-solicitation notice for informational purposes only and does not constitute an RFP or a commitment by the Government. Responses are not required, and no offers will be accepted at this stage. Interested parties are responsible for monitoring SAM.gov for the official solicitation release and any subsequent information pertaining to this requirement. For inquiries, contact Rebecca Langham at rebecca.l.langham.civ@army.mil or Andrew Graham at andrew.s.graham6.civ@army.mil.