FORT BENNING MAIDIQ

SOL #: W5168W24MAIDIQSources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FDO FT SAM HOUSTON
FORT SAM HOUSTON, TX, 78234-0000, United States

Place of Performance

Fort Moore, GA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2024
2
Last Updated
Jan 27, 2026
3
Response Deadline
May 20, 2024, 3:00 PM

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 U.S. Army MICC IRC conducted a Sources Sought for a Firm-Fixed-Price (FFP), Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract for construction services at Fort Moore, Georgia, and surrounding areas. This opportunity, with an estimated value between $100M and $250M, was intended for a Small Business Set-Aside. The solicitation for this MAIDIQ has since been posted to SAM.gov under solicitation number W5168W26RA005.

Purpose

This Sources Sought notice was issued solely for market research and planning purposes to identify qualified small businesses capable of performing construction services. The government aimed to determine if a small business set-aside was feasible, requiring responses from at least two qualified small businesses. This notice did not constitute a solicitation.

Scope of Work

The MAIDIQ will cover a broad range of alterations, repairs, maintenance, remodeling, renovation, and minor new construction projects for real property facilities. Work locations include Fort Moore, Georgia; the Army Ranger Facility at Camp Frank D. Merrill, Dahlonega, Georgia; Camp James E. Rudder at Eglin Air Force Base; and the DFMWR Recreation Center in Destin, Florida. Projects will primarily involve administrative, recreational, billeting, workshops, and training facilities, encompassing trades such as carpentry, roofing, electrical, plumbing, and general construction. The government will provide 100% design for all projects. Individual Task Orders (TOs) are anticipated to range from $2,000 to $5,000,000.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP), Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ)
  • Estimated Magnitude: Between $100,000,000 and $250,000,000
  • Ordering Period: Five (5) years with a six (6) month extension option
  • NAICS Code: 236220, Commercial and Institutional Building Construction (Size Standard: $45M)
  • Set-Aside: Anticipated Small Business Set-Aside (contingent on market research responses)

Key Requirements & Information Requested (for Sources Sought)

Respondents were asked to provide:

  1. Firm details, point of contact, UEI, CAGE code, and small business status/certifications.
  2. Interest in competing as a prime, including details on proposed subcontractors/JVs and specific experience in construction projects (maintenance, repair, remodeling, renovation, minor new construction).
  3. Percentage of work to be performed by the small business prime and similarly situated entities.
  4. Type(s)/certifications(s) of proposed subcontractors.
  5. Information on bonding capacity.
  6. Recommendations to structure requirements for small business competition.
  7. Identification of any conditions restricting competition.
  8. Recommendations to improve the approach/specifications/draft SOW.

Performance Standards & Special Requirements (from Draft SOW)

  • Office Location: Contractor must have an office within a 150-mile radius of Fort Moore, Georgia.
  • Personnel: Employees must be E-Verified. Program Managers must be available within 2 hours for on-site meetings. Site Superintendents require OSHA-30 certification.
  • Security: Compliance with installation security instructions and background checks (CBH) for access.
  • Safety: Strict adherence to EM 385-1-1, OSHA, state, and local safety regulations.
  • Environmental: Compliance with RCRA and greening government initiatives.
  • Reporting: Progress reports required for TOs over $150,000 or exceeding 60 days.

Response Information (for Sources Sought)

Current Status

As of January 27, 2026, the solicitation for this Ft. Benning Construction MAIDIQ has been posted to SAM.gov under solicitation number W5168W26RA005. All future communications for this requirement will occur on that new posting.

People

Points of Contact

Rebecca LanghamPRIMARY
Deidra HicksSECONDARY

Files

Files

Download

Versions

Version 17
Sources Sought
Posted: Jan 27, 2026
View
Version 16
Sources Sought
Posted: Dec 4, 2025
View
Version 15
Sources Sought
Posted: Dec 4, 2025
View
Version 14
Sources Sought
Posted: Aug 7, 2025
View
Version 13
Sources Sought
Posted: Jul 10, 2025
View
Version 12
Sources Sought
Posted: Jul 3, 2025
View
Version 11
Sources Sought
Posted: Jun 9, 2025
View
Version 10Viewing
Sources Sought
Posted: Apr 9, 2025
Version 9
Sources Sought
Posted: Mar 10, 2025
View
Version 8
Sources Sought
Posted: Feb 12, 2025
View
Version 7
Sources Sought
Posted: Jun 6, 2024
View
Version 6
Sources Sought
Posted: Jun 6, 2024
View
Version 5
Sources Sought
Posted: May 6, 2024
View
Version 4
Sources Sought
Posted: May 6, 2024
View
Version 3
Sources Sought
Posted: Feb 14, 2024
View
Version 2
Sources Sought
Posted: Feb 14, 2024
View
Version 1
Sources Sought
Posted: Feb 12, 2024
View