Search Contract Opportunities

Fort Gregg Adams (formerly Fort Lee) Multiple Award, Indefinite Delivery Indefinite Quantity (MA IDIQ) Task Order Contract

ID: W5168W-24-R-0013 • Type: Sources Sought

Description

Posted: May 7, 2025, 2:01 p.m. EDT

SOURCES SOUGHT SYNOPSIS

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a Firm-Fixed-Price (FFP), Multiple Award, Indefinite Delivery Indefinite Quantity (MA IDIQ) Task Order Contract at Fort Gregg Adams, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 236220, Commercial and Institutional Building Construction, with a size standard of $45M. If a different NAICS code would be better suited for this requirement, please state in your response what NAICS is better suited for this requirement and why.

A need is anticipated for a new construction MA IDIQ requirement to support DPW located at Fort Gregg Adams, Virginia. The mission is to provide a broad range of real property repair and construction at Fort Gregg Adams that is required to support Army readiness, sustain the Warfighter Force and current/future mission requirements. These requirements will be achieved through the implementation of Task Orders (TOs) issued under the terms of the contract. The magnitude of the anticipated project is approximately between $100,000,000.00 and $250,000,000 for a base plus four (4) one-year option periods.

The Government currently contracts for these services under contract W91QF5-20-D-0001. The current contract is a Single Award, Job Order Contract. The new contract is going to be a MA IDIQ contract.

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI), CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Whether your firm is interested in competing for this requirement as a prime contractor or subcontractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company's specific experience in construction and providing comparable services. Ensure the information is in sufficiently detailed regarding previous experience in managing construction (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.

3. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008).

4. Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB).

5. Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.).

6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sam.Gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

8. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services.

9. Questions related to this sources sought shall be sent no later than April 10, 2024

Responses to this sources sought shall be submitted via email to Jonathon Hecker, Contract Specialist, jonathon.r.hecker.civ@army.mil and shall contain a subject line that reads Fort Gregg Adams MA IDIQ . Telephone inquiries will NOT be entertained.

UPDATE 001: Draft Solicitation release anticipated by the end of August 2024

UPDATE 002: No further revision to timeline as of July 23, 2024. The draft solicitation release is still anticipated by the end of August 2024

UPDATE 003: The draft solicitation release is now anticipated by the end of September 2024.

UPDATE 004: The draft solicitation release is now anticipated in early October 2024.

UPDATE 005: The draft solicitation release is now anticipated in mid-November 2024

UPDATE 006: The draft solicitation release is now anticipated in early January 2025

UPDATE 007: The draft solicitation release is now anticipated in late March 2025

UPDATE 008: The draft solicitation release is now anticipated in early April 2025

UPDATE 009: Updated Set-Aside to HUBZone. Updated NAICS code.

UPDATE 010: The draft solicitation release is still anticipated in early April 2025

UPDATE 011: The draft solicitation release is now anticipated in June 2025.

UPDATE 012: The draft solicitation release is still anticipated in June 2025.

This is an update only, responses are not required or expected at this time.

Posted: April 8, 2025, 11:07 a.m. EDT
Posted: March 7, 2025, 11:19 a.m. EST
Posted: Feb. 11, 2025, 11:18 a.m. EST
Posted: Feb. 6, 2025, 11:19 a.m. EST
Posted: Jan. 2, 2025, 3:25 p.m. EST
Posted: Dec. 9, 2024, 12:54 p.m. EST
Posted: Oct. 28, 2024, 12:04 p.m. EDT
Posted: Sept. 17, 2024, 11:06 a.m. EDT
Posted: Aug. 19, 2024, 4:23 p.m. EDT
Posted: July 23, 2024, 4:18 p.m. EDT
Posted: July 11, 2024, 8:17 a.m. EDT
Posted: March 27, 2024, 12:40 p.m. EDT
Posted: Nov. 6, 2023, 1:32 p.m. EST
Background
The U.S. Government is seeking to procure a Firm-Fixed-Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) at Fort Gregg Adams, on a small business set-aside basis. The anticipated NAICS code is 236220, Commercial and Institutional Building Construction, with a size standard of $45M. The mission is to manage and operate all Fort Gregg Adams facilities, infrastructure, natural and cultural resources required to support Army readiness, sustain the Warfighter Force and current/future mission requirements. The magnitude of the anticipated project is approximately between $100,000,000.00 and $250,000,000 for a base plus four (4) one-year option periods.

Work Details
The Contractor will be responsible for various construction tasks including but not limited to new construction Job Order Contract (JOC) service requirement to support DPW located at Fort Gregg Adams, Virginia. The Contractor shall perform a comprehensive site visit with a Government representative to discuss and clarify the scope of work. The Contractor shall have the capability to respond to peak workload periods and emergency requirements.
The work will be located at Fort Gregg-Adams, VA and will involve occupied and unoccupied buildings. The Contractor shall comply with all current OSHA safety standard and requirements.

Period of Performance
The contract will have a base period of performance from 01 October 2025 – 30 September 2026 or date of award for 12 months with the potential for four (4) one-year option periods.

Place of Performance
The construction projects will be performed at Fort Gregg-Adams, Virginia.

Overview

Response Deadline
April 10, 2024, 1:30 p.m. EDT (original: Nov. 20, 2023, 1:30 p.m. EST) Past Due
Posted
Nov. 6, 2023, 1:32 p.m. EST (updated: May 7, 2025, 2:01 p.m. EDT)
Set Aside
HUBZone (HZC)
Place of Performance
Fort Gregg Adams, VA 23801 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
37%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 11/6/23 Department of the Army issued Sources Sought W5168W-24-R-0013 for Fort Gregg Adams (formerly Fort Lee) Multiple Award, Indefinite Delivery Indefinite Quantity (MA IDIQ) Task Order Contract due 4/10/24. The opportunity was issued with a HUBZone (HZC) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2JZ.
Primary Contact
Name
Jonathon Hecker   Profile
Phone
None

Secondary Contact

Name
Sam Colton   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
MICC Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@army.mil (210) 466-3015

Documents

Posted documents for Sources Sought W5168W-24-R-0013

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W5168W-24-R-0013

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W5168W-24-R-0013

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W5168W-24-R-0013

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > W6QM MICC-FDO FT SAM HOUSTON
FPDS Organization Code
2100-W5168W
Source Organization Code
500176885
Last Updated
May 7, 2025
Last Updated By
jonathon.r.hecker.civ@army.mil
Archive Date
June 30, 2025