Skip to content
Department of Defense

IDIQ PAINTING SERVICE CONTRACT

Solicitation: W9124M-26-S-0004
Notice ID: b5ad1d43367943d88e923a40f85674b1
TypeSources SoughtNAICS 238320PSCZ2QASet-AsideHZCDepartmentDepartment of DefenseAgencyDept Of The ArmyStateGAPostedFeb 06, 2026, 12:00 AM UTCDueFeb 18, 2026, 09:30 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Feb 18, 2026. Industry: NAICS 238320 • PSC Z2QA.

Market snapshot

Awarded-market signal for NAICS 238320 (last 12 months), benchmarked to sector 23.

12-month awarded value
$89,930
Sector total $33,095,080,127 • Share 0.0%
Live
Median
$89,930
P10–P90
$89,930$89,930
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($89,930)
Deal sizing
$89,930 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for GA
Live POP
Place of performance
Fort Stewart, Georgia • 31314 United States
State: GA
Contracting office
Fort Stewart, GA • 31314-3324 USA

Point of Contact

Name
Lloyd S. Morrall
Email
lloyd.s.morrall.civ@army.mil
Phone
5718013841
Name
Maria C. Swinton
Email
maria.c.swinton.civ@army.mil
Phone
5018013848

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 419TH CSB • W6QM MICC-FT STEWART
Contracting Office Address
Fort Stewart, GA
31314-3324 USA

More in NAICS 238320

Description

SOURCES SOUGHT SYNOPSIS

IDIQ PAINTING SERVICE CONTRACT

NOTICE ID W9124M-26-S-0004

THIS IS A Sources Sought Notice ONLY. 

The U.S. Government, Mission and Installation Contracting Command (MICC), Fort Stewart, GA is issuing this Sources Sought, as a means of conducting market research to identify vendors that can provide all labor, supervision, management, materials, tools, and equipment necessary for the performance of painting in accordance with statement of work at Fort Stewart (Hinesville), Georgia, and Hunter Army Airfield (Savannah), Georgia.  The requirement is an Indefinite Delivery/Indefinite Quantity (IDIQ) PAINTING SERVICE CONTRACT on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.   Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.  We encourage all Small Businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned (SDVOSB), and Women-Owned Small Business (WOSB), to identify their capabilities in meeting the requirement at a fair market price.

DISCLAIMER

This sources sought notice is for information, and planning purposes only.  This notice does not constitute a Request for Proposal (RFP, Request for Quote (RFQ), or Invitation for Bid (IFB) 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 the preparation of responses to this announcement. Any information submitted by respondents is strictly voluntary and will not be returned. Not responding to this notice does not preclude participation in any future Request for Proposal (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB) if any issued.  If a solicitation is released, it will be synopsized on the Government Wide Point of entry (GPE) (SAM.GOV.)   It is the responsibility of potential offerors to monitor the Government Wide Point of Entry for additional information pertaining to this requirement.

PROGRAM BACKGROUND

The Sources Sought notice is intended solely for information and planning purposes— The Government is not Committed nor Obligated to entering into a contract for any supply or service, or to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

PERIOD OF PERFORMANCE

A One-Year Base Period with four additional One-Year Option Periods. The solicitation will provide specific details regarding the number of option periods. The estimated Guaranteed Minimum for the base year is $25,000 and satisfied through the issuance of Task Orders.

The magnitude is between $5,000,000 and $10,000,000. 

BONDS: Bid Bond, Payment Bond, and Performance Bonds will be required.  Reference FAR 28.102-1

This Sources of Sought (announcement) outlines preliminary details that will be further developed, The attached SOW is only a draft and has not been finalized.  SECTION C - DESCRIPTIONS AND SPECIFICATIONS. Below are some of the tasks that will be required and included in the SOW. Please refer to the sources sought attachments at sam.gov for more information.

REQUIRED CAPABILITIES

GENERAL:

  • DESCRIPTION OF WORK 

Work to be done: The work covered by this contract consists of furnishing all plant, labor, materials and performing all operations required in connection with Indefinite Quantity Painting to Buildings at Ft. Stewart and Hunter AAF and shall be complete in strict accordance with specifications and drawings. The work includes, but is not necessarily restricted to, the following items.

  • Remove and replace deteriorated surfaces.
  • Paint the interior and exterior of buildings including surface preparation and clean- up.
  • Paint the surfaces of miscellaneous structures and appurtenances including surface preparation and cleanup.
  • ORDERING PROCEDURES:
  • SPECIAL REQUIREMENTS:

All Special requirements Information is provided in the draft Statement of Work (SOW) attached to this announcement.  For Details review Section H - Special Contract Requirements

Personnel and Facility Security Clearances.

Security Requirements: Provided information on security-related matters.
Installation Pass Log: In addition, the Contractor shall provide the Contracting Officer, via the COR, an Initial Installation Pass Log within three (3) calendar days after contract award. The log must at a minimum contain the following information: Name and role. The log shall be updated as employees are added or removed. The Updated Installation Pass Log shall be current and available at any time upon request by the Government and submitted to the COR within five (5) days of any changes to the log.

  • Include a statement similar to DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain Facility Clearance:
  • Berry Amendment:
  • Service Contract Act:
  • Government Furnished Property plan

ELIGIBILITY

The applicable NAICS code for this requirement is 238320 (Painting and Wall Covering Contractors, with a Small Business Size Standard of 15,000,000.00.  The Product Service Code (PSC) is Z2QA REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their Capability Statement.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT)

MICC Fort Steward will not conduct a Site Visit for this Sources Sought Notice. 

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

The attached SOW is only a draft and has not been finalized.  “W9124M-26-S-0004 IDIQ Painting Contract FSGA Sources Sought SOW 2026-2028 Draft, Section H - SPECIAL CONTRACT REQUIREMENTS

INSTRUCTIONS FOR COMPLETING THE SOURCES SOUGHT RESPONSE

Submission Requirements for Capability Statement

In response to this sources sought, based on the attached SOW, interested parties are requested to submit a Capability Statement of no more than Five (5) pages in length in Times New Roman font, 10 pitch using Microsoft Word or Portable Document Format (PDF).  The deadline for response is Feb 18, 2026, 16:30 am EST.  Email responses to this Sources Sought Notice to the Contracting Office Primary Point of Contact Attention:  Lloyd S Morrall, Contract Specialist and email To:  lloyd.s.morrall.civ@army.mil.

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.  Please do not submit Classified Material.

1.  Company/ Business Information.

Company/ Business Name:

Point Of Contact (POC) Name / Title:

Mailing Address:

Phone Number:

Fax Number:

Unique Entity ID (UEI):

DUNS Number:

Cage Code:

E-Mail Address:

Web Address:

Business Size & Status: 

The NAICS Code for this requirement is 238320 (Painting and Wall Covering Contractors, with a Small Business Size Standard of 15,000,000.00.  Insert (X) to identify size and type of ownership:  Provide a statement including current small/large business status and Company/Business profile to include number of employees, annual revenue history, office locations, DUNs number, etc.  *If claiming small business status, the information must be verifiable in SAM.GOV

  8(a) Business Development Program

  Small Disadvantaged Business (SDB)

  Historically Underutilized Business Zone (HUBZone)

  Women-Owned Small Business (WOSB) sectors

  Large Business

  Service-Disabled Veteran-Owned (SDVOSB)

  Small Business

  If none of the Above apply, please explain:

List your Business NAICS code, with a Small Business Size Standard, and if it is not appropriate, explain why:

Bonding Capacity:

Surety name:

Maximum bonding capacity per project:

Aggregate maximum bonding capacity:

2.  Identify whether your Company/ Business is interested in competing for this requirement as a

Prime Contractor.  Additionally, specify any Subcontracting, joint ventures or teaming arrangement being pursued.

3.  The requirement may be set-aside for small businesses concerns under a Small-Business

Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your Company/ Business ability to perform at least 50% of the tasks described in this Statement of Work (SOW) for the Base, and Option Periods.

4.  Submit a Tailored Capability Statement addressing the particulars of this effort, with

appropriate documentation supporting claims of your Company/ Business and Staff Capability.  The attached SOW is only a draft and has not been finalized.  If significant Subcontracting or Teaming is anticipated to deliver Technical Capability, your Company/ Business should address the administrative and management structure of such arrangements, whether you maintain your own staff of qualified (certified) employees, identify the size of your permanent staff.  Identify potential challenges you may face and the plan to overcome the challenges. 

5.  The Government will evaluate market information to ascertain potential market Capability.  

Provide a summary of your experience, within the past five (5) years, that supports the same or similar requirements described in Statement Of Work (SOW), (size, scope, complexity) for a U.S. government agency, state, local, or public/private sector. 

  • List two (2) Contract Number, size, and scope/complexity your Company/Business has performed as a prime contractor or Subcontractor with details.
  • Identify Trade Certifications Specific Technical skills your Company/ Business possess to perform the required tasks?
  • Contractor must be registered with the System for Award Management at Hyperlink: https://www.sam.gov/

6.  dentify how the Army can best structure these contract requirements to facilitate competition

by and among small business concerns.

7.  Identify any condition or action that may be having the effect of unnecessarily restricting

competition with respect to this acquisition.  Please contact the MICC Advocate for Competition, Scott D. Kukes, at scott.d.kukes.civ@army.mil, if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.GOV notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

8.  Provide Recommendations to improve the approach/specifications/draft SOW to acquiring the identified

items/services.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.