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

99 -- N4008526R0038 Fencing IDIQ Hampton Roads AOR

Notice Date
1/27/2026 1:23:29 PM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008526R0038
 
Response Due
2/11/2026 11:00:00 AM
 
Archive Date
02/26/2026
 
Point of Contact
Emily Grisson, Phone: 7573411283, Catharine Keeling, Phone: 7573410150
 
E-Mail Address
emily.a.grissom.civ@us.navy.mil, catharine.a.keeling.civ@us.navy.mil
(emily.a.grissom.civ@us.navy.mil, catharine.a.keeling.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency�s requirements exist. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing fence maintenance/construction for a Indefinite Delivery Indefinite Quantity (IDIQ) Regional Fence Maintenance/Construction Contract for the Hampton Roads, Virginia, Area of Responsibility (AOR). All Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUB-Zone, Certified 8(a), Women-Owned Small Businesses (WOSB), and Small Businesses are encouraged to respond. Upon review of industry responses to this Sources Sought Notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. An Indefinite Delivery Indefinite Quantity (IDIQ) Regional Fence Maintenance/Construction Contract for the Hampton Roads, Virginia, Area of Responsibility (AOR) is anticipated. The total contract term is anticipated to be five years; a base year with four option years. General Work Requirements: This is an IDIQ contract to provide various types of fences, high security fencing (anti-terrorism force protection) and incidental work related to fences at existing or new locations on and around various Government sites in the Hampton Roads Area. Security fences and gates to define the perimeter of protected areas, such as restricted areas, controlled areas, entry control/access control points, installation perimeters, and to provide a physical and psychological deterrent to entry and preventing unauthorized personnel from entering a protected area. This work includes but not limited to the installation of ASTM Certified F2656-18a vehicle barriers and bollard/bollard arrays, deadmen and wire rope, digital keyless and card reader entry systems, grounding, concrete barriers with fencing, and underground tunneling prevention. The Contractor must furnish all labor, materials, equipment, tools, transportation, supervision, safety, surveys, layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. The Government contemplates that one Contract will be awarded for this solicitation. Each Public Works Department (PWD) and Resident Officer in Charge of Construction (ROICC) Base location will administer the work that they order. In accordance with DFARS 236.204(ii), the total estimated magnitude of construction for this contract (base period plus option years) is between $25,000,000 and $100,000,000. The anticipated award of this contract is October 2026. The North American Industry Classification System (NAICS) Code for this project is 238990, All Other Specialty Trade Contractors, and the Small Business Size Standard of $19,000,000. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting. If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. Interested sources are invited to respond to this Sources Sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Data Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm�s small business status. The following information shall be provided: Contractor Information: Provide your Firm�s contact information including Unique Entity Identifier (UEI) and CAGE Code. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. Experience: Submit a minimum of three (3) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. With the exception of 13 CFR 125.2(g) below, experience of proposed subcontractors will not be considered. Furthermore, the Offeror�s experience as a subcontractor will not be considered. For each of the submitted relevant projects (a maximum of five (5) projects), ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or a renovation, and if the square footage and final construction cost addresses how the project meets the size/scope/complexity requirements. A relevant project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. Recent is defined as having been 100% completed within the last five (5) years prior to the sources sought submission due date. A relevant project is further defined as: Size: Contractor experience within the last five (5) years of completing fence maintenance/construction work projects of $15,000 or more. At least three (3) projects must each have a final cost for the fencing/entry control work of $50,000 or more, and demonstrate a substantial quantity of the complexity listed below. Scope: Fencing and gate systems work to include: Repair/Maintenance/Replacement of Fencing system New Installation of Fencing Systems (typically: chain link, ornamental fencing) Cable reinforced and concrete anchor high security fencing systems Complexity: Fencing experience to include work in the following areas: Entry/Access Control Gates with electronic card readers Crash rated barriers (pop-up, lift-arm, bollards, etc.) Swing gates, slide gates, turnstiles, access/entry control system Note: Describe the Contractor�s ability to handle multiple simultaneous projects in Hampton Roads AOR including the maximum number of task orders under IDIQ contract where Contractor is prime contractor. Specify if these task orders were under a single contract or multiple contracts. Also, describe Contractor�s approach and capabilities to perform emergency repairs. Note: For complexity, the submitted relevant project experience shall demonstrate complexity characteristics noted above. Each relevant project does not need to demonstrate all of the characteristics listed above; however, the relevant projects submitted must collectively demonstrate all of the items. The offeror�s body of work as a whole will be reviewed to ascertain if it possesses all of these characteristics, taken as a whole. Complexity will only be satisfied on projects that are considered relevant in terms of size and scope and completed within the specified time period. For purposes of evaluating capability, the �Offeror� is defined as the prime contractor that demonstrates experience on relevant projects that meet size, scope and complexity. In accordance with 13 CFR 125.2(g), small business Offerors may utilize the experience of a small business first-tier subcontractor(s) to demonstrate experience under this capability evaluation if the Offeror cannot independently satisfy the experience requirement as defined above. In order to utilize the experience of a small business first-tier subcontractor(s), the offeror must specifically identify the proposed small business first-tier contractor(s) in its capability package in accordance with this notice. The Offeror or, if a small business Offeror, its small business first-tier subcontractor, shall have been the prime contractor on all submitted projects. The Government notes that 13 CFR 125.2(g) is specific to only small business Offerors and named small business first-tier subcontractors. As such, the small business Offeror is not permitted to use the experience of a large business subcontractor or large business corporate affiliate in place of its own if the small business Offeror cannot independently satisfy the experience requirement as defined above. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this Sources Sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Interested parties should respond no later than 11 February 2026 at 2:00 p.m. EST. The submission package shall ONLY be submitted electronically to the Contract Specialist, Emily Grissom, via email at Emily.a.grissom.civ@us.navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a ""read receipt."" Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to Emily.a.grissom.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/487bb3841e05480eba355c445fdc8999/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN07698427-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.