Repair and Installation of Fences and Gates
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, MICC-Fort Buchanan (RC), is soliciting bids for an 8(a) Set-Aside Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Repair and Installation of Fences and Gates at USAG Fort Buchanan, Puerto Rico. The estimated project magnitude is between $5,000,000 and $10,000,000. Bids are due by February 3, 2026, at 10:00 AM Local Puerto Rico Time.
Scope of Work
This opportunity involves the comprehensive repair of existing fences and the installation of new fencing and gates across USAG Fort Buchanan. Work will be issued via individual Task Orders and includes various types of fences (chain link, high-security, ornamental) and gates (single, double, powered slide/swing gates, ditch-crossing grates, barbed tape). The scope also covers the repair of damaged fence sections, including top guard, posts, and truss rods. Detailed drawings (Attachment 2) and a pricing schedule (Attachment 1) specify materials, quantities, and construction methods. A facilities list (Attachment 6) and site map (Attachment 3) provide additional context.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: A total performance period of 1825 calendar days (approximately 5 years), with a base period of 10 calendar days for commencement after award. Task Order specific Periods of Performance will be established.
- Set-Aside: 100% 8(a) Set-Aside.
- NAICS Code: 238990, All Other Specialty Trade Contractors, with a size standard of $19 Million.
- Place of Performance: USAG Fort Buchanan, Puerto Rico.
Special Requirements & Compliance
Contractors must adhere to stringent requirements including:
- Personnel & Training: AT Level 1, iWATCH, OPSEC training, uniform, and identification.
- Installation Security: Compliance with access procedures and security policies.
- Safety: Adherence to Contractor's Safety Plan, OSHA standards, and EM 385-1-1. This includes managing lead-based paint hazards as detailed in Attachment 5.
- Environmental Protection: Compliance with environmental laws, waste management (60% diversion target), and an Environmental Plan/Stormwater Pollution Prevention Plan (SWPPP).
- Quality Control: Implementation of a Quality Control Program with a Quality Control Plan (QCP) and Quality Control Representative (QCR).
- Submittals: Required for shop drawings, product data, samples, and certifications.
- Temporary Facilities: Provision for signage, traffic control, parking, and administrative offices.
Submission & Evaluation
- Bids Due: February 3, 2026, 10:00 AM Local Puerto Rico Time.
- Questions Due: January 7, 2026, submitted via email to Eileen Rivera (eileen.z.riveradomenech.civ@army.mil).
- Bid Bond: A 20% bid bond is required.
- Evaluation: Bids will be evaluated solely on the basis of price and price-related factors, including options to extend services (FAR 52.217-8) and the term of the contract (FAR 52.217-9).
- Eligibility: Bidders must be registered in the System for Award Management (SAM) and include their Unique Entity Identifier (UEI), Cage Code, and Tax ID Number. Amendments must be acknowledged. Hand-carried bids must be deposited at the Visitor Control Center (VCC) Fort Buchanan prior to the bid opening time.