SOLICITATION NOTICE
Z -- N4008526B0011 Fencing IDIQ Hampton Roads AOR
- Notice Date
- 4/9/2026 11:05:21 AM
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008526B0011
- Archive Date
- 04/30/2026
- Point of Contact
- Shayna Eichner, Phone: 7573411046, Kristy Gerrek, Phone: 7573410089
- E-Mail Address
-
shayna.t.eichner.civ@us.navy.mil, kristy.l.gerrek.civ@us.navy.mil
(shayna.t.eichner.civ@us.navy.mil, kristy.l.gerrek.civ@us.navy.mil)
- Description
- Pre-Solicitation Notice Solicitation Number: N4008526B0011 This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Fencing in the Hampton Roads, Virginia Area of Responsibility (AOR). It is the general intent of this Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract to secure services for a Construction Contract for Fencing in the Hampton Roads, Virginia Area of Responsibility (AOR). Types of work to be included in this contract are as follows, but are not limited to, various types of fences, high security fencing (anti-terrorism force protection) and incidental work related to fences at existing or new locations on and around various Government sites in the Hampton Roads Area. Security fences and gates to define the perimeter of protected areas, such as restricted areas, controlled areas, entry control/access control points, installation perimeters, and to provide a physical and psychological deterrent to entry and preventing unauthorized personnel from entering a protected area. This work includes but not limited to the installation of ASTM Certified F2656-18a vehicle barriers and bollard/bollard arrays, dead men and wire rope, digital keyless and card reader entry systems, grounding, concrete barriers with fencing, and underground tunneling prevention. The Contractor shall furnish all labor, materials, equipment, tools, transportation, supervision, safety, surveys, layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. The Government contemplates that one Contract will be awarded for this solicitation. Each Public Works Department (PWD) and Resident Officer in Charge of Construction (ROICC) Base location will administer the work that they order. This solicitation is being advertised as �Unrestricted� for Full and Open Competition, and will be solicited utilizing Sealed Bidding procedures outlined in Revolutionary FAR Overhaul (RFO) Part 14.3. Award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price related factors included in the invitation. The duration of the contract will be for a five (5) year ordering period from the date of contract award. The total five-year ordering period includes a base period and four 12-month option periods not to exceed sixty (60) months from the date of contract award. The Government may issue a minimum guarantee in amount of $5,000.00 to the successful offeror via the initial task order. The minimum guarantee covers the full term of the contract to include all option years. The appropriate North American Industry Classification System (NAICS) Code for this project is 238990, All Other Specialty Trade Contractors, and the Small Business Size Standard of $19,000,000. In accordance with DFARS RFO 236.204(ii), the total estimated magnitude of construction for this contract (base period plus option years) is between $25,000,000 and $100,000,000. The anticipated award of this contract is September 2026. A Dynamic Small Business Search (DSBS) and a Sources Sought Notice was conducted and issued on 27 January 2026, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last five (5) years. Based on the market research conducted for this procurement and in accordance with RFO 19.104-1, the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as ""Unrestricted"" for full and open competition. NAVFAC Mid-Atlantic�s Office of Small Business Programs concurred with this decision on 26 February 2026. The Invitation for Bid (IFB) will be issued by NAVFAC Mid-Atlantic CON22 on or about 28 April 2026. The solicitation number will be N4008525B0011. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to http://www.sam.gov. Questions regarding this notice should be directed to Shayna Eichner at Shayna.T.Eichner.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ee7f89cf996c47e68da6af1ead1dfed5/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN07774216-F 20260411/260409230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |