Skip to content
Department of Defense

Job Order Contract (JOC) at Fort Bliss, Texas

Solicitation: W5168W-27-X-JOC
Notice ID: b98478247c5c4fa59c8066aee71c6211
TypeSources SoughtNAICS 236220PSCZ2JZSet-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateTXPostedFeb 02, 2026, 12:00 AM UTCDueJul 28, 2025, 06:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Jul 28, 2025. Industry: NAICS 236220 • PSC Z2JZ.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W5168W-27-X-JOC. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$26,087,670,157
Sector total $33,301,412,516 • Share 78.3%
Live
Median
$680,785
P10–P90
$0$54,917,500
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.3%
share
Momentum (last 3 vs prior 3 buckets)
+74673%($26,017,984,781)
Deal sizing
$680,785 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for TX
Live POP
Place of performance
El Paso, Texas • 79904 United States
State: TX
Contracting office
Fort Sam Houston, TX • 78234-0000 USA

Point of Contact

Name
Michael B. Aguilar
Email
michael.b.aguilar.civ@army.mil
Phone
520-944-7204
Name
Sam Colton
Email
samuel.j.colton.civ@army.mil
Phone
(210) 466-2243

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • FDO SAM HOUSTON • W6QM MICC-FDO FT SAM HOUSTON
Contracting Office Address
Fort Sam Houston, TX
78234-0000 USA

More in NAICS 236220

Description

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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.