FORT HOOD M&S OF OVERHEAD DOORS, FT HOOD TX
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 Department of the Army is conducting a Sources Sought market research to identify qualified vendors for a non-personal services contract providing Operation, Maintenance, and Service (M&S) for approximately 136 automatic doors, 3,375 overhead doors, and commercial doors at Fort Hood Army Installation, Fort Hood, Texas. This notice aims to determine market conditions and potential set-aside opportunities. Responses are due by March 13, 2026, 12:00 PM CT.
Scope of Work
The future contract will encompass comprehensive preventative maintenance (PM) and corrective maintenance (CM) services for various door types across the Fort Hood Installation, including the Main Cantonment, West, and North Fort Hood. PM is a scheduled task, while CM addresses on-demand repairs with specific time response requirements. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, supervision, and subcontracts. The scope includes maintaining a professional appearance for all commercial doors. An equipment inventory and PM task types are detailed in Technical Exhibit 2.
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- NAICS Code: 238290 - Other Building Equipment Contractors, with a size standard of $22.0 Million.
- Place of Performance: Fort Hood, Texas.
- Anticipated Contract Type: Non-personal services contract.
- Set-Aside: Information is being collected to determine potential socio-economic set-asides (e.g., WOSB, EDWOSB, SDVOSB, 8a, HUBZone).
Key Requirements & Performance Standards
The Performance Work Statement (PWS) outlines stringent requirements:
- Personnel: Requires qualified staff including a Contract Maintenance Manager (CMM), Lead Maintenance Mechanic/M&S Supervisor, and a Level I Safety and Health Officer (L1 SHO) meeting EM 385-1-1 standards.
- Safety: Strict adherence to EM 385-1-1, requiring a Site Specific Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs). Mishap reporting via ENG FORM 3394.
- Quality Control: Implementation of a Quality Control (QC) system compliant with FAR 52.246-4, including a QCP and designated personnel. Performance will be evaluated against a Quality Assurance Surveillance Plan (QASP), with PM and CM completion rates targeted at 95%.
- Reporting & Documentation: Extensive reporting requirements, including monthly progress reports, monthly safety reports, weekly QC reports, and weekly PM/CM data. All deliverables and contract administration will utilize the Resident Management System (RMS).
- Service Order Process: A defined process for initiating, coordinating, and authorizing Corrective Maintenance (CM) work through Service Orders (SOs), including specific forms for sole source justification and price reasonableness.
- Compliance: Adherence to all applicable Federal, State, and local laws, Army regulations, and industry standards (e.g., ASHRAE, NFPA).
- Government Provided: Utilities, telephone/internet, custodial services, refuse collection, and fire/police protection. Contractor will use GFEBS.
- Contractor Furnished: All other necessary items, including materials, parts, supplies, equipment, and tools.
Submission & Evaluation
This is a market survey to gauge industry capabilities and is not a request for proposals. Vendors are requested to provide information on their firm's capabilities, experience, resources, and socio-economic status. Responses will inform the government's acquisition strategy.
Deadlines & Contact
- Response Due Date: March 13, 2026, 12:00 PM CT.
- Primary Contact: Jasmine Greene, jasmine.greene@usace.army.mil, 256-895-1435.
- Secondary Contact: Cynthia Oxley, Cynthia.a.oxley@usace.army.mil.