SOURCES SOUGHT
99 -- Job Order Contract at the McAlester Army Ammunition Plant, McAlester, OK
- Notice Date
- 5/19/2025 1:02:43 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV25X0010
- Response Due
- 6/9/2025 12:00:00 PM
- Archive Date
- 06/05/2026
- Point of Contact
- Melissa Hyslop, Phone: 9186697670
- E-Mail Address
-
melissa.d.hyslop@usace.army.mil
(melissa.d.hyslop@usace.army.mil)
- 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dc2f9f6331fc467eb22134c80323bb22/view)
- Place of Performance
- Address: OK 74501, USA
- Zip Code: 74501
- Country: USA
- Zip Code: 74501
- Record
- SN07448357-F 20250521/250519230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |