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