Loading...
W91151-26-Q-A991
Response Deadline
May 20, 2026, 6:00 PM(CDT)11 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
The U.S. Government requires the procurement and installation of overhead sunshades at Fort Hood, Texas on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice 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 Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
The anticipated NAICS code(s) is: 238110, Poured Concrete Foundation and Structure Contractors, with a size standard of $19,000,000.00. This is for the procurement and installation of the referenced sunshades.
In response to this combined synopsis/solicitation, please provide: 1. Limit responses to the attached combined synopsis and solicitation and include the following additional information: name of the firm, point of contact, phone number, email address, Entity Identifier (UEI), Commercial and Government Entity (CAGE) code, a statement regarding small business status (including small business type(s)/ certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.]
4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
5. 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 Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
6. Recommendations to improve the salient characteristics to acquiring the identified items/services.
The deadline for response to this request is no later than (30 May 2026 at 1:00 p.m Central time). All responses under this Combined Synopsis/Solicitation must be e-mailed to SSG Tyler Tamberelli, tyler.d.tamberelli.mil@army.mil and SFC Decorian Hood, decorian.c.hood.mil@army.mil.
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
MISSION INSTALLATION CONTRACTING COMMAND
418TH CSB
W6QM MICC-FDO FT HOOD
W6QM MICC-FDO FT HOOD
36000 DARNALL LOOP
FORT HOOD, TX, 76544
NAICS
Poured Concrete Foundation and Structure Contractors
PSC
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)