Closed Solicitation · DEPT OF DEFENSE

    BPA O&M SFOO

    Sol. W912EP26RA013Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)JACKSONVILLE, FL
    Closed
    STATUS
    Closed
    closed Apr 21, 2026
    POSTED
    Apr 14, 2026
    Publication date
    NAICS CODE
    561210
    Primary industry classification
    PSC CODE
    M1EB
    Product & service classification

    AI Summary

    The US Army Corps of Engineers is seeking market research responses for non-priced Blanket Purchase Agreements for maintenance, repair, and logistics support services in the Jacksonville District. This opportunity is a 100% Small Business Set-Aside, and responses are due by April 21, 2026. Interested firms should demonstrate their capabilities and past performance in similar contracts.

    Contract details

    Solicitation No.
    W912EP26RA013
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 14, 2026
    Response Deadline
    April 21, 2026
    NAICS Code
    561210AI guide
    PSC / Class Code
    M1EB
    Primary Contact
    Kelly Koger
    State
    FL
    ZIP Code
    32207-8175
    AI Product/Service
    service

    Description

    The US Army Corps of Engineers, Jacksonville District is issuing these sources sought synopsis as a means of conducting market research to identify parties having interest in and the resources to support this requirement.  The requirement is to establish non-priced Blanket Purchase Agreements (BPAs) for the headquarters building and field offices, including maintenance, repair, and logistics support services throughout the Jacksonville District Area of Responsibility (AOR) in accordance with FAR Part 12 and 13.  This is a 100% Small Business Set-Aside.  

    There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

    The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, namely the Small Business Community to include Service-Disabled Veteran Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors.

    Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform as defined in the attached Performance Work Statement (PWS).

    Period of Performance: The period of performance shall be five (5) years. See each Call Order for the period of performance.

    Place of Performance: The work under this agreement will vary and identified in each call order.

    A minimum of three (3) BPAs will be established with responsible firms who have demonstrated satisfactory past performance for the type of services as specified in the attached Performance Work Statement.

    Firm's response to this Synopsis shall be limited to 3pages and shall include the following information:

    1. Firm's name, address, point of contact, phone number, website, and email address.
    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 firm's capability to execute comparable work performed within the past 2 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples.
    4. 4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.
    5. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential.
    6. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy.
    7. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed agreement are invited to submit a response to this Sources Sought Notice by 21 April 2026 at 9:00am. All responses under this Sources Sought Notice must be emailed to kelly.l.koger@usace.army.mil or Dustin.l.furrey@usace.army.mil .
    8. Prior Government contract work is not required for submitting a response under this sources sought synopsis.
    9. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov  
    10. If you have any questions concerning this opportunity, please contact: kelly.l.koger@usace.army.mil or Dustin.l.furrey@usace.army.mil

    Key dates

    1. April 14, 2026Posted Date
    2. April 21, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    BPA O&M SFOO is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.