Solicitation: W911SA26RA006
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 the Motor City Job Order Contract (JOC), an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Repair or Alteration of Miscellaneous Buildings (NAICS 236220). This Total Small Business Set-Aside opportunity focuses on construction, alteration, and repair services for US Army Reserve properties, primarily in Michigan. Proposals are due March 25, 2026, at 10:00 AM CST.
Purpose & Scope
This single-award, firm-fixed-price IDIQ contract aims to provide superior quality and responsive construction services for real property maintenance, repair, alteration, and new construction projects. The contractor will manage and execute individual task orders, furnishing all necessary materials, equipment, and personnel. Sample projects include window replacement and door painting, latrine upgrades, and parking lot repaving.
Contract Details
- Contract Type: Single-Award, Firm Fixed-Price IDIQ
- Maximum Value: $15 Million
- Guaranteed Minimum: $10,000.00
- Ordering Period: Five years, from June 1, 2026, to May 31, 2031
- Set-Aside: Total Small Business (NAICS 236220, $45M size standard)
- Place of Performance: US Army Reserve properties, including locations in Michigan (e.g., Bay City) and potentially other states for evaluation samples.
Key Requirements & Submission
- Mandatory Tool: Offerors MUST use Gordian's Construction Task Catalog (CTC) system for pricing and proposal submission. Use of RS Means is prohibited and will result in proposal rejection. Access to Gordian's system is required; email michael.d.jensen45.civ@army.mil to request access.
- Pricing: Proposals must include a "Coefficient" (TE-2 spreadsheet) representing indirect costs, overhead, profit, insurance, and bonding.
- Bonds: Performance and Payment Bonds are required.
- Electronic Submission: Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) suite.
Evaluation Criteria
Award will be based on a Lowest Priced Technically Acceptable (LPTA) source selection process. Evaluation factors include:
- Technical Criteria 1: Commitment to at least 15% of work performed by the prime or subcontracted to a 100% HUBZone set-aside business.
- Technical Criteria 2: Accuracy and reasonableness of line items demonstrated through three sample projects (TE-6, TE-7, TE-8).
- Technical Criteria 3: Overall reasonable project costs.
Important Dates & Contacts
- Site Visit: February 25, 2026, at 9:00 AM Central Time. A virtual Microsoft Teams link is provided in Amendment 0001:
https://dod.teams.microsoft.us/meet/99393300569?p=jblKWvpY6uXD2Y4aqa. The physical location is 2611 WEISS LN QUINCY IL 62305. - Questions Due: March 6, 2026, 11:00 AM CST. Submit in writing to Government POCs.
- Proposal Due: March 25, 2026, 10:00 AM CST.
- Primary Contact: Michael Jensen, michael.d.jensen45.civ@army.mil, 502-898-2450.
- Secondary Contact: Kaleigh Nicksic, kaleigh.n.nicksic.civ@army.mil.
Additional Notes
Offerors are highly encouraged to read the entire solicitation and follow the opportunity on SAM.gov for updates. Wage determinations (TE-5) and Unified Facilities Criteria (TE-4) are applicable.