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 is soliciting bids for the Repair and Installation of Fences and Gates at USAG Fort Buchanan, Puerto Rico. This is a 100% 8(a) Set-Aside opportunity with an estimated magnitude between $5,000,000 and $10,000,000. The contract will be a Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ). The final bid submission deadline is February 20, 2026, at 2:00 PM UTC.
Scope of Work
The project involves repairing existing fences and installing new fencing and gates across USAG Fort Buchanan. Work will be issued via individual Task Orders and includes various fence types (chain link, high-security, ornamental), single and double gates, powered slide/swing gates, ditch-crossing grates, and barbed tape. Specific tasks include installation of fences (4-10 feet height) and repair of damaged sections. Detailed drawings and specifications are provided for construction methods and materials.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Set-Aside: 100% 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 238990 (All Other Specialty Trade Contractors)
- Estimated Magnitude: $5,000,000 - $10,000,000
- Period of Performance: Base period of 10 calendar days for commencement after award, with a total performance period of 1825 calendar days (including options).
- Place of Performance: USAG Fort Buchanan, Puerto Rico
Key Requirements & Amendments
- Submission Deadline: February 20, 2026, 2:00 PM UTC.
- Bid Bond: A 20% bid bond is required. New language regarding payment and performance bonds, and bonding capacity certification, has been incorporated via Amendment 0002.
- CLINs: Specific CLINs (0002, 1002, 2002, 3002, 4002) have been eliminated, and option line items (1001, 2001, 3001, 4001) have been modified to correct errors and link pricing to Attachment 1 (Amendment 0002 & 0003).
- Liquidated Damages: FAR Clause 52.211-12, including liquidated damages language, has been added (Amendment 0002).
- Compliance: Bidders must be registered in SAM and include their UEI, CAGE Code, and Tax ID.
- Safety & Environmental: Adherence to a Contractor's Safety Plan, OSHA standards, EM 385-1-1, and an Environmental Plan (including SWPPP) is mandatory. A Lead-based Paint Operations and Maintenance Plan must also be followed.
- Quality Control: Implementation of a Quality Control Program, including a QCP and QCR, is required.
- Waste Management: A minimum 60% diversion of construction waste from landfills is required.
- Amendments: All amendments (0001, 0002, 0003) must be acknowledged with the offer.
Evaluation
Bids will be evaluated solely on the basis of price and price-related factors, including options to extend services.
Important Attachments
Key documents include the Statement of Work (SOW), Pricing Schedule, detailed Drawings, a Site Map, a Lead-based Paint Operations and Maintenance Plan, and a Facilities List Summary.