Sources Sought: 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 W911SA26RA006, the "Motor City JOC" (Job Order Contract), a single-award, firm-fixed-price Indefinite Delivery / Indefinite Quantity (IDIQ) contract for Repair or Alteration of Miscellaneous Buildings at US Army Reserve properties, primarily in Michigan. This opportunity is a Historically Underutilized Business (HUBZone) Sole Source set-aside. Proposals are due March 25, 2026, at 10:00 AM CST.
Purpose & Scope
This JOC aims to provide comprehensive construction services, including maintenance, repair, alteration, and new construction, for US Army Reserve facilities. The contractor will furnish all materials, equipment, and personnel, managing projects from pre-award development through execution and close-out. A key requirement is the mandatory use of Gordian's Construction Task Catalog (CTC) system for pricing and proposal submission; the use of RS Means is prohibited.
Contract Details
- Contract Type: Single-Award, Firm-Fixed-Price Indefinite Delivery / Indefinite Quantity (IDIQ) with Economic Price Adjustment.
- Maximum Value: $15,000,000.
- Guaranteed Minimum: $10,000.00.
- Period of Performance: Five-year ordering period, from June 1, 2026, to May 31, 2031.
- Place of Performance: US Army Reserve properties, primarily in Michigan (e.g., Bay City, MI, and other locations listed in TE-2).
- NAICS Code: 236220 (Small Business Size Standard: $45 million).
Submission & Evaluation
- Proposal Submission Deadline: March 25, 2026, 10:00 AM CST.
- Submission Method: Electronic via the Procurement Integrated Enterprise Environment (PIEE) suite.
- Evaluation Criteria: Lowest Priced Technically Acceptable (LPTA) source selection process. Proposals will be evaluated on technical acceptability and price, with no trade-offs permitted.
- Technical Criteria: Includes Percent of Set-Aside (at least 15% of work by prime or subcontracted to a 100% HUBZone business), Inaccurate or Unreasonable Line Items (demonstrated by three sample projects), and Reasonable Project Costs.
- Pricing: Offerors must provide a price proposal using the eGordian System and submit a "Coefficient" (TE-2 Coefficient Spreadsheet) representing indirect costs, overhead, profit, insurance, and bonding. Two coefficients are required: Pre-priced and Non-Pre-priced.
Key Requirements
- Gordian System: Mandatory for proposal submission and project pricing. Access to the system for proposal submission is free.
- Gordian Fees: A 5% fee applies to task orders up to $6 million, reducing to 1.95% for amounts exceeding $6 million. These fees are the contractor's responsibility and should be included in their coefficient.
- Bonds: A Performance and Payment Bond is required. A Bid Bond (20% of bid price or $15M, whichever is less) is also required.
- Set-Aside: As a HUBZone Sole Source, Technical Criteria 1 requires at least 15% of work to be performed by the prime or subcontracted to a 100% HUBZone business.
- Site Visit: A site visit was held on February 25, 2026, which included a presentation on the new Construction Task Catalog.
Amendments & Clarifications
Amendment 0002 updated the Statement of Work with Gordian details, coefficient elements, and construction task catalog links. It also incorporated answers to submitted questions, site visit slides, and attendance logs. The Q&A clarified Gordian fee structures, payment timing, and reiterated the mandatory use of the Gordian system over RSMeans.
Contact Information
- Primary: Michael Jensen (michael.d.jensen45.civ@army.mil, 502-898-2450)
- Secondary: Kaleigh Nicksic (kaleigh.n.nicksic.civ@army.mil)