N4008526R0038 Fencing IDIQ Hampton Roads AOR
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 Naval Facilities Engineering Command, Mid-Atlantic is conducting market research via a Sources Sought Notice for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) Regional Fence Maintenance/Construction Contract in the Hampton Roads, Virginia, Area of Responsibility (AOR). This is not a request for proposal. The government seeks to identify eligible small business firms. Responses are due February 11, 2026, at 2:00 p.m. EST.
Purpose & Scope
This IDIQ contract will cover various types of fence maintenance and construction, including high-security fencing for anti-terrorism force protection. Work involves installation of security fences and gates, ASTM Certified F2656-18a vehicle barriers, bollards, deadmen, wire rope, digital keyless and card reader entry systems, grounding, concrete barriers with fencing, and underground tunneling prevention. The contractor will be responsible for furnishing all labor, materials, equipment, tools, transportation, supervision, safety, surveys, layout work, quality control, traffic control, and management for task orders.
Contract Details
- Contract Type: Anticipated Indefinite Delivery Indefinite Quantity (IDIQ)
- Term: Five years (one base year with four option years)
- Estimated Magnitude: Between $25,000,000 and $100,000,000
- NAICS Code: 238990, All Other Specialty Trade Contractors ($19,000,000 size standard)
- Anticipated Award: October 2026
Eligibility & Set-Aside
This Sources Sought encourages responses from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUB-Zone, Certified 8(a), Women-Owned Small Businesses (WOSB), and Small Businesses. Large business submittals will not be considered. The Government will use responses to determine if a set-aside procurement is in its best interest. If set aside, FAR clause 52.219-14 (Limitations on Subcontracting) will apply.
Submission Requirements
Interested firms must respond using the provided "Sources Sought Contractor Information Form" and "Project Data Form." Submissions must include:
- Contractor Information: UEI and CAGE Code.
- Business Type: Identification and verification of small business status.
- Experience: A minimum of three (3) and maximum of five (5) relevant construction projects, 100% completed within the last five years.
- Size: Projects must include fence maintenance/construction work of $15,000+, with at least three projects having a final cost of $50,000+ for fencing/entry control work.
- Scope: Must demonstrate experience in repair/maintenance/replacement, new installation (chain link, ornamental), and cable-reinforced/concrete anchor high-security fencing systems.
- Complexity: Must collectively demonstrate experience with entry/access control gates (electronic card readers), crash-rated barriers (pop-up, lift-arm, bollards), swing gates, slide gates, and turnstiles.
- Experience must be as a prime contractor, though small business Offerors may use a small business first-tier subcontractor's experience under 13 CFR 125.2(g).
- Firms should describe their ability to handle multiple simultaneous projects in the Hampton Roads AOR and perform emergency repairs.
Response Deadline & Contact
Responses are due no later than February 11, 2026, at 2:00 p.m. EST. Submissions must be sent electronically to Emily Grissom at Emily.a.grissom.civ@us.navy.mil and be limited to a 4Mb attachment. Questions should also be directed to Emily Grissom.