USAG Pressure Washing
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, specifically W6QM MICC FDO FT BRAGG, is conducting a Sources Sought to identify capable and responsible sources for non-personal pressure washing and sandblasting services for various external facilities and structures. The primary objective is to clean and extend the life of facility surfaces by removing embedded oils, gum, dirt, paint, graffiti, and other soils. This notice is for market research and planning purposes only. Responses are due by April 20, 2026.
Scope of Work
The contractor will provide all necessary personnel, equipment, tools, supplies, transportation, and supervision. Services include cleaning vertical buildings and structures such as headquarters, Child Development Centers (CDCs), administrative facilities, barracks, bridges, and stationary tanks. Work will be performed at Fort Bragg, Pope Army Airfield, Camp MacKall, Simmons Army Airfield, and the Linden Oaks Subdivision in North Carolina. All work must adhere to the requirements and standards outlined in the Performance Work Statement (PWS), which details service delivery, response times, equipment specifications, and safety. The PWS specifies pressure washing capabilities (1,000 – 3,500 psi, hot/cold) for various surfaces and environmental precautions.
Contract & Timeline
- Opportunity Type: Sources Sought (for market research)
- Product Service Code: S299 (Other Housekeeping Services)
- Anticipated NAICS: 561790 – Other Services to Buildings and Dwellings
- Size Standard: $9M
- Anticipated Contract Type: Firm Fixed Price (from draft PWS)
- Anticipated Duration: Base year with 4 option years (from draft PWS)
- Response Due: April 20, 2026, 2:00 PM Z
- Published Date: March 26, 2026
Information Requested
Interested parties are requested to provide:
- Firm name, POC, contact info, DUNS, CAGE code, small business status/certifications, and NAICS code.
- Interest in competing as a prime contractor; identify subcontracting/teaming plans.
- Detailed previous experience (prime/subcontractor) on similar requirements (size, scope, complexity, timeframe, government/commercial), including certifications. Prior experience supporting airfield and training areas, and grounds maintenance services is of interest.
- Information to determine commercial availability, including pricing basis, delivery schedules, terms, and warranties.
- Recommendations on how to structure contract requirements to facilitate competition, especially among small businesses.
- Identification of any conditions or actions that may unnecessarily restrict competition.
- Recommendations to improve the approach/specifications/draft PWS/PRS.
Eligibility / Set-Aside
This requirement may be set aside for small businesses if two or more qualified small businesses respond with sufficient information. All small businesses (including 8(a), SDB, HUBZone, SDVOSB, WOSB) are encouraged to identify their capabilities.
Additional Notes
This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP). The Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals. No payment will be made for information or administrative costs. Potential offerors are responsible for monitoring the Governmentwide Point of Entry for future synopses or solicitations.