Solicitation

SOL #: W911SA26RA006Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC FT MCCOY (RC)
FORT MCCOY, WI, 54656-5142, United States

Place of Performance

Bay City, MI

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)

Timeline

1
Posted
Nov 24, 2025
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 25, 2026, 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 Department of the Army is soliciting proposals for a Motor City Job Ordering Contract (JOC), a single-award, firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction, alteration, or repair services at US Army Reserve properties, primarily in Michigan. This opportunity is a Historically Underutilized Business (HUBZone) Set-Aside. The contract has a maximum value of $15 million over a five-year ordering period. Proposals are due March 25, 2026, at 10:00 AM CST.

Scope of Work

This IDIQ contract requires the contractor to manage and execute various construction projects through individual task orders. Services include furnishing all materials, equipment, and personnel for real property maintenance, repair, alteration, and new construction. Key tasks involve pre-ordering procedures, scope definition, cost proposal preparation, work execution, and project close-out. Sample projects include window replacement, latrine upgrades, and parking lot repaving, illustrating the diverse nature of potential task orders.

Contract Details

  • Contract Type: Single-Award, Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Set-Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 million size standard.
  • Maximum Value: $15,000,000
  • Guaranteed Minimum: $10,000
  • Period of Performance: Five-year ordering period, from June 1, 2026, to May 31, 2031.
  • Place of Performance: US Army Reserve properties, with specific locations identified in individual task orders, primarily within Michigan.

Key Requirements & Submission

  • Pricing System: Offerors must use Gordian's Construction Task Catalog (CTC) system for pricing and proposal submission. The use of RS Means is prohibited and will lead to proposal rejection.
  • Coefficient: A "Coefficient" (TE-2 Coefficient Spreadsheet) must be provided, representing indirect costs, overhead, profit, insurance, and bonding. This coefficient is critical for price evaluation.
  • Bonds: Performance and Payment Bonds are required.
  • Electronic Submission: Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) suite.
  • Questions Deadline: March 6, 2026, 11:00 AM CST.
  • Proposal Submission Deadline: March 25, 2026, 10:00 AM CST.

Evaluation Criteria

Award will be based on a Lowest Priced Technically Acceptable (LPTA) source selection process, with no trade-offs between cost/price and non-cost/price factors. Technical acceptability will be assessed based on:

  1. HUBZone Participation: At least 15% of the work must be performed by the prime contractor or subcontracted to a 100% HUBZone set-aside business.
  2. Line Item Accuracy: Demonstrated through three sample projects (Technical Exhibits 6-8).
  3. Reasonable Project Costs: Demonstrated through Technical Exhibits 6-8.

Additional Notes

A site visit is scheduled for February 25, 2026, at 9:00 AM Central Time, where Gordian will present the new Construction Task Catalog. Offerors are encouraged to follow the opportunity on SAM.gov for updates. Technical Exhibit 3 (TE-3) will be provided in a future amendment.

People

Points of Contact

Michael JensenPRIMARY
Kaleigh NicksicSECONDARY

Files

Files

View
View
View
View

Versions

Version 5
Solicitation
Posted: Mar 13, 2026
View
Version 4
Solicitation
Posted: Feb 27, 2026
View
Version 3
Solicitation
Posted: Feb 24, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 23, 2026
Version 1
Sources Sought
Posted: Nov 24, 2025
View
Solicitation: W911SA26RA006 | GovScope