- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Construction - Paving Services in Belgium
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Belgium. Response deadline: Mar 18, 2026. Industry: NAICS 237310 • PSC Y1LB.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 237310
Description
The Regional Contracting Office (RCO) Benelux, BELGIUM is issuing this sources sought as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Construction – Paving services in Belgium. The intention is to procure these services on a competitive basis.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Place of Performance: BELGIUM. The sites of work are located within Belgium. Not limited list of potential sites where paving work can be requested: Chievres Air Base and Daumerie Caserne, S.H.A.P.E., Mons, USAG Benelux – Brussels, Brussels American School, Brussels, and Zutendaal.
REQUIRED CAPABILITIES
The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform repair, alteration and maintenance of roads, airstrips, sidewalks, and other paving related surfaces structures on US Government installations in the quantities and description identified and ordered by individual task orders.
Principal items to be performed to accomplish the work consist of but are not limited to:
1)Preliminary work and demolitions
2)Earthwork
3)Sub-foundations and foundation
4)Coverings
5)Linear elements and small construction
6)Sewage
7)Marking, maintenance and repair work
The above general outline of principal features does not in any way limit the responsibility of the contractor to perform all work necessary to achieve the desired end results and to supply all materials and labor required by these specifications and drawings when provided.
See provided DRAFT Statement of Work (SOW) for further details.
If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, and telephone number; and 2) Tailored capability statements. If your company or anticipated subcontractors currently do not have certification to perform work in accordance with Belgian Law, information provided must detail company’s capability to obtain certification prior to the estimate performance start date. Details shall include necessary steps taken or anticipated to occur to provide assurance that your company has the knowledge and ability to obtain certification in accordance with Belgian Law.
ELIGIBILITYS
The applicable NAICS code for this requirement is 237310 – Highway, Street, and Bridge Construction with a Small Business Size Standard of $45.0M. The Product Service Code is Y1LB – Construction of Highways, Roads, Streets, Bridges, and Railways. Businesses of all sizes are encouraged to respond.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
Interested parties are requested (not required) to submit a capabilities statement of no more than three (3) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, UTC on 18 March 2026. All responses under this Sources Sought Notice must be e-mailed to the Contract Specialist, Alecsus Sebben, at alecsus.r.sebben.civ@army.mil and the Contracting Officer at amy.l.russell10.civ@army.mil.
Responses must address at a minimum the following items:
1.) Can or has your company managed a task of this nature? If so, please provide details.
2.) What specific technical skills does your company possess which ensure capability to perform the tasks?
3.) How long does it take to begin full performance of these services at all identified locations? For example: will a gradual transition plan be required or can full services begin immediately?
4.) Are you able to provide a Firm Fixed Price for a period of performance of 7 years?
(No pricing is requested at this time. Firm fixed pricing means established firm pricing which can reflect increases between each year).
Performance is anticipated to commence in August 2026.
The contract type will be a Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) where Task Orders are issued per project.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Alecsus Sebben, in either Microsoft Word or Portable Document Format (PDF), via email to alecsus.r.sebben.civ@army.mil and Amy Russell at amy.l.russell10.civ@army.mil.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.
DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.