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, MICC FT MCCOY (RC), has issued Solicitation W911SA26RA006 for the Motor City Job Order Contract (JOC). This is 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. The contract has a maximum value of $15 Million over a five-year ordering period. Proposals are due April 3, 2026.
Scope of Work
This JOC requires contractors to furnish all materials, equipment, and personnel to manage and execute construction projects awarded as individual task orders. Services include real property maintenance, repair, alteration, and new construction. The contract utilizes Gordian's Construction Task Catalog (CTC) system for defining work and pricing, with RS Means explicitly prohibited. Sample Statements of Work (SOWs) include projects like parking lot repaving, sidewalk replacement, and latrine upgrades at various Army Reserve Centers.
Contract Details
- Contract Type: Single-award, Firm-Fixed-Price IDIQ with Economic Price Adjustment.
- Maximum Value: $15,000,000.
- Guaranteed Minimum: $10,000.
- Period of Performance: Five-year ordering period, from June 1, 2026, to May 31, 2031.
- 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.
- Pricing: Contractors must provide a "Coefficient" (TE-2) representing indirect costs, overhead, profit, insurance, and bonding. Non-pre-priced work is limited to 10% of the total task order value without prior approval.
Set-Aside & Eligibility
This opportunity is designated as a Historically Underutilized Business (HUBZone) Sole Source (FAR 19.13). The NAICS code is 236220 (Repair Or Alteration Of Miscellaneous Buildings) with a $45 Million small business size standard. Technical evaluation criteria require at least 15% of the work to be performed by the prime contractor or subcontracted to a 100% HUBZone set-aside business.
Submission & Evaluation
Proposals will be evaluated using a Lowest Priced Technically Acceptable (LPTA) source selection process. Evaluation criteria include:
- Technical Criteria 1: Percent of Set-Aside (minimum 15% HUBZone).
- Technical Criteria 2: Inaccurate or Unreasonable Line Items (demonstrated by three sample projects).
- Technical Criteria 3: Reasonable Project Costs (demonstrated by Technical Exhibits 6-8). Offerors must include any assumptions used in the preparation of their estimates for each sample project within their joint scopings. Electronic submission is required via the Procurement Integrated Enterprise Environment (PIEE) suite.
Key Dates & Contacts
- Proposal Due Date: April 3, 2026, at 3:00 PM ET.
- Primary Contact: Michael Jensen, michael.d.jensen45.civ@army.mil, 502-898-2450.