Paint and Repairs IDIQ
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, Fort Leonard Wood, is conducting market research through a Sources Sought Notice for a potential Paint and Repairs Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract. This effort aims to identify qualified contractors for services at Fort Leonard Wood, MO, and the Lake of the Ozarks Recreation Area (LORA). The government is considering setting aside this requirement for small businesses. Responses are due by April 2, 2026, at 1 PM CDT.
Purpose & Scope
This Sources Sought is for informational purposes only and is not a solicitation. The government anticipates a continuing need for painting and repair services, currently fulfilled under contract #W911S7-21-D-0009. The future IDIQ contract will be delivery order style, requiring the contractor to furnish all plant, labor, and materials for painting and repairs in accordance with attached Task Lists and specifications. Work will be performed in occupied buildings, necessitating minimal interference with users. The estimated period of performance is a Base Year with Four Option Years, totaling 5 years, commencing in September 2026, with an anticipated Firm Fixed Price contract type.
Required Capabilities & Eligibility
Contractors must demonstrate the capacity to provide paint and repair services as outlined in the draft Statement of Work (SOW). The applicable NAICS code is 238320 (Painting and Wall Covering Contractors) with a $19 million Small Business Size Standard. The Product Service Code is Z2AZ. Respondents should address their ability to manage such tasks, including potential subcontracting, and their financial, human capital, and technical resources. Small businesses must explain their ability to perform at least 50% of the work in accordance with FAR 52.219-14.
Submission Details
Interested parties must submit a capabilities statement, no more than ten (10) pages in length (Times New Roman, not less than 10 pitch), addressing specific questions regarding past work, management experience, technical skills, small business status, and ability to meet facility/safeguarding requirements. Submissions must be emailed to shania.n.mcbride.civ@army.mil in Microsoft Word or PDF format by the deadline. This notice is for market research; no feedback or evaluations will be provided, and not responding does not preclude participation in future solicitations.