Small Business Set-Aside Job Order Contract for Fort Bliss Construction Services

Update 02/02/2026: Small business set-aside. Solicitation release anticipated for the end of March 2026. Update 01/05/2026: Small business set-aside. Solicitation release anticipated for the beginning of March 2026. Update 11/25/2025: Small business set-aside. Solicitation release anticipated for the beginning of March…

Source ID: b98478247c5c4fa59c8066aee71c6211

Scope overview

Update 02/02/2026: Small business set-aside. Solicitation release anticipated for the end of March 2026. Update 01/05/2026: Small business set-aside. Solicitation release anticipated for the beginning of March 2026. Update 11/25/2025: Small business set-aside. Solicitation release anticipated for the beginning of March 2026.

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------- **Updated Statement of Work** ***Has been updated to include to include ranges that will be supported in New Mexico .

If you have already responsed to original sources sought notice, there is no need to repsond to the amended notice unless you have additional information to provide or wish to withdraw original submission.*** SOURCES SOUGHT NOTICE This is Sources Sought Notice ONLY. The U.S.

Government desires to procure a Firm-Fixed-Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) at Fort Bliss, Texas 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, Veteran-Owned Small Business (VOSB) Program), 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, $45M. The anticipated Product Service Code (PSC) is Z2JZ Repair or Alteration of Miscellaneous Buildings Services. If your company believes a different NAICS code would fit this requirement, suggestions can be sent to the Contract Specialist.

A need is anticipated for a new construction Job Order Contract (JOC) service requirement to support DPW located at Fort Bliss, Texas. The mission is to manage and operate all Fort Bliss facilities, infrastructure, natural and cultural resources 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 $100,000,000 for a five-year ordering period 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.

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 2 performing, if available. Please provide your company’s specific experience in construction and providing comparable services.

Ensure the information is 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.

Information to help determine if the requirement is commercially available, including pricing information, the basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 7. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8.

Identify bonding capabilities. 9. 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. 10. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services.

Responses to this sources sought shall be submitted via email to Michael B Aguilar, Contract Specialist, Michael.b.aguilar.civ@army.mil and Samuel J. Colton, Contracting Officer, samuel.j.colton.civ@army.mil and shall contain a subject line that reads “Ft. Bliss Job Order Contract (JOC) W5168W-27-X-JOC.Sources Sought Notice (SSN)”. Telephone inquiries will NOT be entertained.

Statusopen
CategoryOther
CountryUnited States
Publish dateFeb 2, 2026
Submission deadlineJul 28, 2025
Estimated value
Notice typetender_notice
Sourceus-sam-opportunities
BuyerDEPT OF DEFENSE.DEPT OF THE ARMY.AMC.ACC.MISSION INSTALLATION CONTRACTING COMMAND.FDO SAM HOUSTON.W6QM MICC-FDO FT SAM HOUSTON
Buyer websitehttps://sam.gov/
CityEl Paso

Buyer & contacts

Contact nameMichael B. Aguilar
Emailmichael.b.aguilar.civ@army.mil
Phone520-944-7204
OrganizationDEPT OF DEFENSE.DEPT OF THE ARMY.AMC.ACC.MISSION INSTALLATION CONTRACTING COMMAND.FDO SAM HOUSTON.W6QM MICC-FDO FT SAM HOUSTON

Documents

  • SOW_Rev1_FY27_Post Wide_FE 10082 5J_ JOC Contract_2025.07.17.pdf

    Attachment

    Download
  • SOW_FY27_Post Wide_FE 10082 5J_ JOC Contract 1st draft Sources Sought.pdf

    Attachment

    Download
  • Fort Bliss Sources Sought.pdf

    Attachment

    Download

Tags & Signals

small business set-asidejob order contractFort Blissconstruction servicesIDIQ contractgovernment procurementTexasNew Mexico

Similar tenders

United StatesOtheropen

Navy Procurement for Specialized Piston Rod Components

The U.S. Navy is soliciting offers for the supply of specialized piston rod components designated as SPECIAL EMPHASIS material for crucial shipboard systems. The procurement requires materials to meet strict specifications including QQ-N-286 standards and involves comprehensive testing and certification requirements. This is a full and open competition following the dissolution of a small business set-aside, with contracts receiving DO priority rating for national defense.

Published: Mar 6, 2026Deadline: Mar 16, 2026ID: d70211ea68924d2ebcdaf1f7a664cf0f
United StatesOtheropen

Architectural and Engineering Design Services for Generator Replacement at VA Medical Center

The Department of Veterans Affairs seeks an Architect-Engineering firm to provide comprehensive design services for replacing the primary generator at the Canandaigua VA Medical Center. This 100% Service-Disabled Veteran Owned Small Business set-aside requires firms to deliver schematics, construction documents, and construction period services within 250 calendar days. The project involves professional design services including site investigation and preparation of complete construction documentation.

Published: Mar 6, 2026Deadline: Apr 10, 2026ID: db2e8b85276345b4a3b7ee7296ec935a
United StatesOtheropen

Small Business Set-Aside Solicitation for Commercial Products and Services

This is a combined synopsis and solicitation issued as a Request for Quote for commercial products and services under a 100% Small Business Set-Aside. The procurement follows FAR Part 12 and 13 procedures with NAICS code 333415 and a size standard of 1,250 employees. Responses must be submitted by the specified deadline.

Published: Mar 5, 2026Deadline: Mar 12, 2026ID: f8728fb7ea9a4ecf8553e875f8a8bdc4

Need alerts, export, or document OCR?

The tender record stays public. Those actions live in the private workspace.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.