Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2026 SAM #8830
SOURCES SOUGHT

Z -- Sources Sought Notice for PPPL Job Order Contract (JOC)

Notice Date
1/27/2026 2:52:53 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PRINCETON LAB - DOE CONTRACTOR Princeton NJ 08540 USA
 
ZIP Code
08540
 
Solicitation Number
RFI-26-001-HQ
 
Response Due
2/27/2026 1:00:00 PM
 
Archive Date
03/14/2026
 
Point of Contact
Hekima Qualls
 
E-Mail Address
hqualls@pppl.gov
(hqualls@pppl.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a Sources Sought Notice ONLY. This notice is issued solely for market research 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. The information requested is for market research and acquisition planning only; responses are voluntary and will not be reimbursed. This notice is NOT a solicitation for offers. No offers will be considered or accepted in response to this notice. Nothing in this notice shall be considered to have obligated Princeton Plasma Physics Laboratory (PPPL), Government to any agreement or expenditure of appropriated funds. Princeton Plasma Physics Laboratory (PPPL), is seeking responsible and eligible small businesses to compete for PPPL�s first Indefinite Delivery, Indefinite Quantity (IDIQ) Job Order Contract (JOC). Also known as or similar to a Single Award Task Order Contract (SATOC) or Simplified Acquisition of Base Engineer Requirements (SABER). 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), to identify their capabilities in meeting the requirement at a fair market price. Description of Work PPPL currently does not have an active Job Order Contract (JOC) in place. Once established, the JOC will provide a streamlined and flexible mechanism for executing repair, maintenance, and minor construction projects across the laboratory. It is intended to support a wide range of needs, including sustainment, restoration, and modernization of facilities; day-to-day operations and maintenance; small renovations; and real property repairs that enable mission readiness. A JOC utilizes a comprehensive catalog of pre-defined tasks that describe typical repair, maintenance, and minor construction activities. Each task includes detailed specifications, units of measure, and pre-established unit pricing. Individual task orders are composed of multiple pre-priced tasks, allowing work to proceed efficiently without developing full design packages for each project. Work performed under the JOC may include, but is not limited to, general construction, alteration, renovation, repair and demolition, small roofing (may include asbestos, lead paint and mold remediation) of Government facilities in support of all applicable federal preservation laws and statutes, and Department of Energy regulations and Instructions. The Subcontractor shall provide all labor, supervision, materials, equipment, tools, parts, supplies, and transportation, to perform all the services described in the specifications for each task order. Joint scoping meetings will be required for each order. These collaborative sessions between PPPL and the Subcontractor will define the detailed scope and requirements, ensuring clear understanding and alignment prior to task execution. The goal is to promote well-defined scopes of work and shorten the overall timeline from site visit to contract award. Projects will be issued as firm fixed price Task Orders. The Task Order amount is derived by identifying the appropriate bare cost line items in the Unit Price Book (UPB) necessary to satisfy the technical specifications and requirements of the project. The Coefficient, City Cost Index and Sales Tax (if applicable) are then applied to arrive at the proposed total Task Order amount. The coefficient factor is the Subcontractor�s multiplier for overhead and profit. The coefficient also includes any overhead and profit for lower-tier subcontractors hired by the JOC Subcontractor. No additional compensation for utilizing lower-tier subcontractors will be paid by PPPL. The location of this work will be at Princeton Plasma Physics Laboratory, Plainsboro, NJ NAICS Code The anticipated NAICS code(s) is/are: 236220, Commercial and Institutional Building Construction, $45M. If your company believes a different NAICS code would fit this requirement, suggestions can be sent to the contact person below. Anticipated Ordering Amount This contract is anticipated to have a 5-year ordering period and $15 million maximum contract quantity, with $2,000 minimum and $1 million maximum order quantities. Orders will be firm-fixed-price and priced using a contract-specified Unit Price Guide, typically a commercial pricing software using RSMeans data. Response Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to provide the different types of construction and facilities maintenance and repair efforts and previous experience with JOC. Documentation should be in bullet format. The following information is requested from responsible, qualified, small business construction firms in one (1) response and include the following information: Name and SAM.gov Unique Entity ID, address, primary point of contact, phone number, and email address. Firm's expressed interest in competing for the PPPL Job Order Contract. Statement describing its JOC past performance, technical experience and qualifications, and capability/capacity to self-perform and manage trade specialty subcontractors for this type of contract, use estimating/procurement software for construction projects, etc. Experience: Submit a minimum of three (3) and maximum of five (5) recent specific government (federal, state or local) or commercial contracts/projects the firm has performed as the prime contractor to demonstrate experience in repair and construction of commercial and institutional buildings. All projects shall have a minimum construction cost of $100,000. Projects which do not meet these requirements may not be considered relevant. Capability statement should indicate the ability to be the prime subcontractor or lower-tier subcontractor and perform all aspects of the effort described herein. It is insufficient to provide only general brochures or generic information. Additionally, your responses must include the following: name and address of firm, size of business; whether they are Large, Small, SDB, 8(a), WOSB, SD-VOSB, EDWOSB, HUBZone, and HBCU/MI, and affiliate information: parent company, joint venture partners, and potential teaming partners. Submissions: All responses shall be submitted electronically via e-mail to: Hekima Wallace Qualls hqualls@pppl.gov All responses should be submitted no later than 4pm Eastern Standard Time (EST), February 27, 2026. When responding please reference PPPL JOC. Technical and procurement questions should be directed to the above point of contact. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. It is emphasized that this sources sought notice is for planning and information purposes and is NOT to be construed as a commitment by PPPL or the Government to enter into a contractual agreement, nor will PPPL pay for information solicited. Respondents will not be notified of the results of the sources sought. If a solicitation is released, then it and any additional documents will be available on www.sam.gov. It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4cc340a3c463402aa6e5b08862691757/view)
 
Place of Performance
Address: NJ 08543, USA
Zip Code: 08543
Country: USA
 
Record
SN07698370-F 20260129/260127230039 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.