IDIQ PAINTING SERVICE CONTRACT
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 U.S. Government, Mission and Installation Contracting Command (MICC), Fort Stewart, GA is conducting market research through a Sources Sought Notice for an Indefinite Delivery/Indefinite Quantity (IDIQ) Painting Service Contract. This opportunity seeks vendors to provide all labor, supervision, management, materials, tools, and equipment for painting services at Fort Stewart (Hinesville), Georgia, and Hunter Army Airfield (Savannah), Georgia. Responses are due by February 18, 2026, at 4:30 PM EST.
Scope of Work
The contract will cover comprehensive painting services, including:
- Furnishing all plant, labor, and materials for Indefinite Quantity Painting.
- Removal and replacement of deteriorated surfaces.
- Interior and exterior painting of buildings, including surface preparation and cleanup.
- Painting of miscellaneous structures and appurtenances.
- The draft Statement of Work (SOW) also details tasks such as Demolition and Removal, Carpentry, Caulking & Sealants, Glass and Glazing, Plaster Repair, Gypsum Board installation/repair, and Refinishing of Natural Finish Woodwork.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: IDIQ Painting Service Contract
- Period of Performance: One-Year Base Period with four additional One-Year Option Periods.
- Estimated Magnitude: Between $5,000,000 and $10,000,000.
- Guaranteed Minimum: $25,000 for the base year, satisfied through Task Orders.
- Bonds: Bid Bond, Payment Bond, and Performance Bonds will be required.
- NAICS Code: 238320 (Painting and Wall Covering Contractors) with a $15,000,000 Small Business Size Standard.
- Product Service Code (PSC): Z2QA (Repair Or Alteration Of Restoration Of Real Property).
- Response Due: February 18, 2026, 4:30 PM EST.
- Published Date: February 6, 2026.
Set-Aside & Eligibility
This requirement is anticipated to be a Small Business Set-Aside, provided two or more qualified small businesses respond with sufficient information. All small businesses, including 8(a), SDB, HUBZone, SDVOSB, and WOSB, are encouraged to identify their capabilities. Respondents must clearly identify their business size and status in their Capability Statement.
Submission Requirements & Evaluation
Interested parties must submit a Capability Statement (max five pages) by the deadline. The statement should include:
- Company/Business Information (Name, POC, Address, Phone, UEI, DUNS, CAGE, Email, Web).
- Business Size & Status (including specific socioeconomic categories and NAICS code justification).
- Bonding Capacity (Surety name, maximum per project, aggregate maximum).
- Indication of interest as a Prime Contractor and any subcontracting/teaming arrangements.
- Explanation of ability to perform at least 50% of the SOW tasks.
- Tailored Capability Statement addressing the draft SOW, staff capabilities, and potential challenges.
- Summary of experience (within past five years) on similar projects, including two contract numbers, size, and scope/complexity.
- Identification of trade certifications and technical skills.
- Confirmation of SAM.gov registration.
- Recommendations to improve contract structure or specifications.
This is a Sources Sought notice for market research only and does not constitute a solicitation. No site visit will be conducted for this notice.
Special Requirements
The draft SOW outlines special requirements including personnel and facility security clearances, DD Form 254, Berry Amendment, Service Contract Act, and a Government Furnished Property plan. Contractors must also adhere to specific ordering procedures, quality control, safety standards (EM 385-1-1), minimize disruption, protect property, manage waste disposal (mandatory recycling), and follow U.S. Army Garrison Policy Memorandum #10 for storage.