Building 54 McNair Chimneys Repair JBM-HH
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Mission and Installation Contracting Command (MICC) – Fort Belvoir, Virginia, on behalf of the Department of the Army, has issued a Sources Sought Notice for market research. This notice seeks qualified 8(a) businesses capable of providing chimney repair services for Building 54 McNair at Joint Base Myer-Henderson Hall (JBM-HH), Fort Myer, VA. The project involves demolishing and rebuilding four existing masonry chimneys. Responses are due by April 30, 2026, at 2:00 p.m. Eastern Standard Time.
Project Description & Scope
The requirement is for the demolition and reconstruction of four existing masonry chimneys located on a pitched roof at Building 54 McNair. This includes the complete removal of deteriorated brickwork and stone caps, followed by reconstruction using new brick to match the existing design. Reinforced cast-in-place concrete caps, designed to replicate the original stone appearance, will be installed. The project's objective is to restore the building’s exterior envelope and prevent future deterioration. The Statement of Work specifies rebuilding chimneys to original dimensions (Height: 6'-1", Width: 3'-6", Depth: 2'-1"), involving approximately 272 SF of brickwork, with mortar complying with ASTM C270 Type N. Caps will have a 3'-6" x 2'-1" footprint and 4" thickness.
Key Requirements & Set-Aside
This is an 8(a) Set-Aside (FAR 19.8), with a strong encouragement for small 8(a) businesses to identify their capabilities. The anticipated NAICS code is 238140 - Masonry Contractors, with a size standard of $19.0M. The Period of Performance is not to exceed 60 Calendar Days from Award. Special requirements include strict adherence to OSHA Standards, EM 385-1-1, and the Silica Standard. A Site Safety Health Officer (SSHO), a direct hire of the prime contractor, must be onsite. All personnel requiring physical access to JBM-HH and Fort McNair must undergo pre-screening, background checks, E-Verify, and mandatory AT Level I, iWATCH, and OPSEC training.
Submission Details
This is a Sources Sought Notice for planning purposes only and does not constitute a solicitation or commitment to award a contract. Interested vendors should submit a capability statement, which may include a Rough Order of Magnitude (ROM) and/or quote. The submission should detail the firm's name, point of contact, phone, email, UEI, CAGE code, small business status (including certifications), and NAICS code. Firms should also indicate their interest in competing as a prime contractor and any potential subcontracting, joint ventures, or teaming arrangements. Information on previous experience on similar requirements (size, scope, complexity, timeframe, government or commercial) and pertinent certifications is also required. Capability packages are limited to five (5) pages.
Response Deadline & Contact
Responses must be emailed to the Contract Specialist, David J. Wigtil (david.j.wigtil.civ@army.mil), with a courtesy copy to Emmanuel C. Abban (emmanuel.c.abban.civ@army.mil), no later than April 30, 2026, at 2:00 p.m. Eastern Standard Time. No phone calls will be accepted.