Search Contract Opportunities

Job Order Contract at the McAlester Army Ammunition Plant, McAlester, OK

ID: W912BV25X0010 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request.
The U.S. Army Corps of Engineers --Tulsa has been tasked to solicit for and award a Job Order Contract at the McAlester Army Ammunition Plant, McAlester, OK. It is anticipated the proposed project will be solicited as a competitive, firm-fixed-price indefinite delivery indefinite quantity contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zones), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUB-Zone, SDVOSB, and WOSB businesses are highly encouraged to participate.
A Job Order Contract (JOC) is for a broad range of maintenance, repair and minor construction work on real property at McAlester AAP, McAlester, Oklahoma. The Contractor shall furnish, upon receipt of a task order, labor, tools, equipment, and materials (except as indicated otherwise in the specifications) and perform all work in strict accordance with the terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits contained in the contract or incorporated by reference. The contractor may be required to meet compressed schedules. Facilities will be identified in each task order. Work will vary from site to site. Since the facilities may be in full operation, the contractor will be required to minimize interference with the daily operation of the facilities.
Potential projects include, but are not limited to, barracks, administrative facilities, maintenance shops, child development centers (CDC), physical fitness centers, maintenance shops, food service facilities, airfield structure, athletic fields, underground utilities, overhead
utilities, gates, warehouses, auditoriums, and other general construction work deemed necessary to support the Directorate of Public Works (DPW) mission requirements.
Projects tasks include a variety of trades such as: carpentry, roofing, painting, electrical, Heating Ventilation and Air Conditioning (HVAC), plumbing, masonry, demolition in conjunction with renovation projects, incidental roadwork, storm drainage, earthwork, welding, minor construction, operational type work and other general construction work deemed necessary to support the DPW (insert installations) mission requirements. Other site work includes site grading, drainage and retaining walls incidental to the construction.
RSMeans, adjusted for the McAlester, Oklahoma area, will be used with designated software to produce contractor estimates, using a pre-negotiated priced item coefficient for overhead and other related contractor expenses. The coefficient for Non-priced work items will be negotiated by the Contractor for each affected task order. Further details concerning priced and non-priced coefficients will be provided in the solicitation for this contract.
In accordance with DFAR 236.204, the estimated magnitude of construction for this project is $40M over the entire five-year contract.
The North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction, which has a small business size standard of $45M.
Small Businesses are reminded under FAR 52.219-14 (deviation 2021-O0008), Limitations on Subcontracting for Small Business, that a firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded.
Prior government contract work is not required for submitting a response under this sources sought synopsis. The anticipated solicitation date is on or about 15 August 2025 and the proposed due date will be on or about 15 September 2025. The official synopsis citing the solicitation number will be issued on https://SAM.gov, and we invite firms to register electronically to receive a copy of the solicitation when it is issued.
Interested firms' responses to this synopsis shall be limited to 5 pages and shall include the following information:
1. Firm's name, address, point of contact, phone number, e-mail address and business CAGE and UEI code.
2. Firm's interest in bidding on the solicitation when it is issued.
3. Firm's capability to perform a contract of this magnitude and complexity. Include the firm's capability to construct large military hangars. Provide comparable work within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples.
4. Firm's Business Size -- LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
5. Firm's Joint Ventures (existing), including Mentor Proteges and teaming arrangement information is acceptable.
6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.
Interested firms shall respond to this sources sought synopsis no later than 2:00pm CT, 9 June 2025. All interested firms must be registered in SAM to be eligible for award of government contracts. Email your response to Melissa D. Hyslop and Brian J. Welch and, U.S. Army Corps of Engineers at melissa.d.hyslop@usace.army.mil and brian.j.welch@usace.army.mil.

Background
The U.S. Army Corps of Engineers - Tulsa is seeking to award a Job Order Contract (JOC) at the McAlester Army Ammunition Plant in McAlester, Oklahoma. This contract aims to facilitate a broad range of maintenance, repair, and minor construction work on real property, supporting the Directorate of Public Works (DPW) mission requirements.

The solicitation is intended as a market survey to gauge interest and capabilities from various industry members, particularly small businesses including those classified as Small Business, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The government aims to ensure adequate competition among responsible contractors.

Work Details
The Job Order Contract will encompass various construction tasks including but not limited to: barracks, administrative facilities, maintenance shops, child development centers (CDC), physical fitness centers, food service facilities, airfield structures, athletic fields, underground utilities, overhead utilities, gates, warehouses, auditoriums, and other general construction work necessary for DPW mission support.

Specific project tasks will involve trades such as carpentry, roofing, painting, electrical work, HVAC installation and repair, plumbing, masonry, demolition related to renovation projects, incidental roadwork, storm drainage management, earthwork activities, welding operations, minor construction tasks and other general construction activities. Additionally, site work may include grading and drainage improvements along with retaining walls incidental to the construction.

Period of Performance
The estimated period of performance for this contract is five years.

Place of Performance
McAlester Army Ammunition Plant, McAlester, Oklahoma.

Overview

Response Deadline
June 9, 2025, 3:00 p.m. EDT Past Due
Posted
May 19, 2025, 4:05 p.m. EDT
Set Aside
None
PSC
None
Place of Performance
McAlester, OK 74501 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
31%
Vehicle Type
Indefinite Delivery Contract
On 5/19/25 USACE Tulsa District issued Sources Sought W912BV25X0010 for Job Order Contract at the McAlester Army Ammunition Plant, McAlester, OK due 6/9/25. The opportunity was issued full & open with NAICS 236220.
Primary Contact
Name
Melissa Hyslop   Profile
Phone
(918) 669-7670

Secondary Contact

Name
Brian Welch   Profile
Phone
(918) 669-7652

Documents

Posted documents for Sources Sought W912BV25X0010

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912BV25X0010

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912BV25X0010

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912BV25X0010

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT TULSA
FPDS Organization Code
2100-W912BV
Source Organization Code
100221322
Last Updated
May 19, 2025
Last Updated By
melissa.d.hyslop@usace.army.mil
Archive Date
June 5, 2026