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 Mission and Installation Contracting Command (MICC) at Fort Leonard Wood, MO is issuing a presolicitation for a Paint and Repairs Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The Invitation for Bid (IFB) is anticipated to be posted on or about June 19, 2026, on SAM.gov.
Opportunity Overview
This requirement is for painting and repair services at Fort Leonard Wood Installation, MO, and the Lake of the Ozarks Recreational Area (LORA). The contract will be a firm-fixed price, delivery-order style IDIQ, with an estimated magnitude between $5,000,000.00 and $10,000,000.00. The period of performance will include one (1) 12-month base year and four (4) one-year option periods.
Scope of Work
The scope involves furnishing all labor, plant, and materials for painting and repairs, performed on a requirement basis via delivery orders. Specific tasks include demolition, caulking, sealants, gypsum wallboard installation, acoustical treatment, wall coverings, and general painting. Work will be performed during normal duty hours (7:30 a.m. to 4:00 p.m., Monday-Friday) and may involve occupied buildings, requiring minimal interference with users. Performance standards include scheduling work 24 hours in advance, completing unaccompanied military personnel quarters within three days, maintaining a clean worksite, and correcting deficiencies promptly. The provided task list details 40 tasks for the base and option periods, covering various painting and repair services.
Key Requirements & Eligibility
This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The applicable NAICS code is 238320, Painting and Wall Covering Contractors, with a size standard of $19 Million. Bidders must be certified through the SBA as an SDVOSB at the time of proposal submission and have an active registration in the System for Award Management (SAM) with applicable FAR and DFARS certifications. The NAICS code 238320 must be included in the contractor's SAM profile. Contractors must comply with DBA wage rates for residential construction in specified Missouri counties (MO2026-0061). Special requirements include Anti-terrorism (AT) Level I training, an Operations Security (OPSEC) Plan, Environmental Sustainment and Management Systems (ESMS) compliance, a Quality Control Plan (QCP), and physical security measures including key control.
Response Information
An Invitation for Bid (IFB) will be posted under solicitation number W911S7-26-B-A006 on or about June 19, 2026, on the SAM.gov website (https://sam.gov). No paper copies or mailing lists will be maintained. Inquiries must be addressed by EMAIL ONLY to Contract Specialist Shania McBride (shania.n.mcbride.civ@army.mil) or Contracting Officer Blia Vue (blia.vue.civ@army.mil). No phone calls will be accepted.