IDIQ JOC for Commercial and Institutional Building Construction Projects at MCAS Yuma and NAS Fallon AOR
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 Naval Facilities Engineering Systems Command Southwest (NAVFAC Southwest) is conducting a Sources Sought market survey to identify qualified Small Business, 8(a), HUBZone, WOSB, and SDVOSB concerns for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for Commercial and Institutional Building Construction Projects at MCAS Yuma, AZ, NAS El Centro, CA, and surrounding areas. This is for preliminary planning to determine the acquisition strategy. Responses are due February 3, 2026.
Scope of Work
This IDIQ JOC will cover new general building construction, repair, and renovation projects at various government facilities within the Marine Corps Air Station (MCAS) Yuma, AZ, and Naval Air Station (NAS) El Centro, CA, Areas of Responsibility (AOR), and other approved locations. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction) with a Small Business Size Standard of $45 million.
Contract & Timeline
- Type: Sources Sought / Market Research for IDIQ JOC
- Duration: Base performance period of two (2) years and one (1) option period of three (3) years, for a maximum of five (5) years.
- Estimated Total Contract Price: $49,000,000 (for base and all option years combined).
- Task Order Range: Estimated between $2,000 and $1,500,000.
- Set-Aside: None specified (market research to determine potential small business set-aside).
- Response Due: February 3, 2026, 2:00 p.m. (local time).
- Published: January 20, 2026.
Response Requirements
Interested sources must respond via email to Michelle Barlow (michelle.g.barlow.civ@us.navy.mil) by the due date. Responses must include the attached "General Construction Sources Sought Information Form" and provide the following:
- Contractor Information: Unique Entity ID (UEI), CAGE Code, contact details.
- Type of Business: Identification of small business status (Small Business, 8(a), HUBZone, WOSB, SDVOSB).
- Bonding Capacity: Surety name, maximum bonding capacity per project, and aggregate maximum bonding capacity.
- Locations: Identification of areas willing and capable to work (potential geographical restriction of 150 miles/3-hour radius).
- Experience: Minimum of three (3) and maximum of five (5) recent (100% completed within 5 years) prime contractor projects demonstrating experience in commercial and institutional building construction, with a minimum construction cost of $100,000 each. Details required per project include title, location, dates, value, type of work, customer POC, prime/sub status, and percentage of self-performed work (50% minimum).
- Safety: OSHA DART and TRC rates for 2023, 2024, and 2025, with explanations for rates above specified thresholds.
Additional Notes
This is for market research only and does not constitute a Request for Proposal or a commitment by the Government. No reimbursement will be made for response costs. Respondents will not be notified of market research results. Early SAM registration is encouraged.