Closed Solicitation · DEPT OF DEFENSE

    FORT GORDON BASE OPERATIONS SUPPORT SERVICES

    Sol. W5168W26RA019Sources SoughtSet-aside: 8(a) Set-Aside (FAR 19.8)FORT SAM HOUSTON, TX
    Closed
    STATUS
    Closed
    closed Feb 23, 2026
    POSTED
    Feb 6, 2026
    Publication date
    NAICS CODE
    561210
    Primary industry classification
    PSC CODE
    S216
    Product & service classification

    AI Summary

    The U.S. Government is seeking information from eligible 8(a) Small Business participants for base operations support services at Fort Gordon and Fort Gillem Enclave, Georgia. This Sources Sought Synopsis aims to identify capabilities for providing various services, including facility maintenance and grounds maintenance. Responses are due by 10:00am CDT on February 23, 2026.

    Contract details

    Solicitation No.
    W5168W26RA019
    Notice Type
    Sources Sought
    Set-Aside
    8(a) Set-Aside (FAR 19.8)
    Posted Date
    February 6, 2026
    Response Deadline
    February 23, 2026
    NAICS Code
    561210AI guide
    PSC / Class Code
    S216
    Primary Contact
    Caley Neel
    State
    TX
    ZIP Code
    78234-0000
    AI Product/Service
    service

    Description

    SOURCES SOUGHT SYNOPSIS

    Base Operations Support Services (BASOPS) for

    Fort Gordon and Fort Gillem Enclave, Georgia

    This is a Sources Sought Synopsis (SSS) ONLY.  The United States (U.S.) Government desires to procure base operations (BASOPS) support services at Fort Gordon, Georgia, to include Gillem Enclave, with competition limited to eligible 8(a) Small Business participants, to identify their capabilities in meeting the requirement at a fair market price.

    This notice is issued solely for information and planning purposes – it does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this Sources Sought Synopsis.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is 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 information pertaining to this requirement.  The GPE is located at https://sam.gov.  

    BACKGROUND: A continuing need is anticipated for base operations support services at Fort Gordon, Georgia and Fort Gillem Enclave, Georgia.  Attached you will find the draft Performance Work Statement (PWS).

    The Government currently contracts these services under contract W91249-22-C-0010 and W91249-20-C-0028. The Government intends to consolidate these requirements under one contract as a follow on.

    The contractor shall provide quality base operation support services with flexible, efficient and cost effective service.  The services outlined encompasses the following:

    1. Unaccompanied Housing

    2. Solid Waste Management

    3. Grounds Maintenance

    4. Pavement Clearance

    5. Facility Maintenance - Vertical

    6. Facility Maintenance - Army Family Housing (AFH)

    7. Facility Maintenance - Horizontal

    8. Heating and Cooling Services

    9. Pest Management Services

    10. Army Cemetery

    11. Gillem Enclave

    The NAICS code for the requirement is 561210, Facilities Support Services with a corresponding size standard of $47 Million. If your company believes a different NAICS code would better fit this requirement, please tell us your suggested NAICS and why it would better fit this requirement. The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, with the exception of Government Furnished Property (GFP), to perform activities that comprise base operations support services.

    PURPOSE OF THIS SOURCES SOUGHT: To request information on the capabilities of potential offerors to provide the services described herein. 

    SUBMITTAL INFORMATION:

    Electronic submissions only: Responses are due no later than 10:00am CDT on 23 February 2026 to facilitate planning and ensure maximum consideration.  The email attachments cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions. DO NOT SEND ZIPPED files as the Government’s network will remove all zipped files.

    The email subject line should include: The Firm’s Name, “Response to the Sources Sought Synopsis for the BASOPS at Fort Gordon, W5168W26RA019.

    **Note: the location(s) and corresponding solicitation number that you are responding to must be identified on the subject line. 

    Interested businesses should provide a brief capability statement package (limited to no more than 30 pages, single spaced, and 12 font size minimum) demonstrating specific capability in reference to this requirement.  The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of the two and the document(s) must be searchable. 

    Include: Whether the experience has been as a prime contractor or subcontractor on similar requirements (include the services provided, the number of facilities involved, and any other relevant information deemed applicable).

    Email the capability package to:

    • Caley Neel - Contract Specialist at email: caley.n.neel.civ@army.mil

    and

    • Deidra Hicks - Contracting Officer at email: deidra.l.hicks.civ@army.mil

    **Note: the location(s) and corresponding solicitation number that you are responding to must be identified on the subject line. 

    In response to this Sources Sought, please provide:

    1.  A company’s profile must include: The name of the firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and Unique Entity Identifier (UEI). number.  Respondents must also indicate small business certification status, for example: Small Business (SB), Small Disadvantaged Business (SDB), 8(a), Economically Disadvantaged Woman Owned SB (EDWOSB), WOSB, HUBZone, or Service Disabled Veteran Owned SB (SDVOSB). 

    2.  Respond to: What fundamental tasks you believe need to be performed to successfully accomplish the base operation support services?  In essence, what primary tasks should be used for determining minimum capability to provide these services? 

    3.  Whether your firm is interested in competing for this requirement as a prime contractor.  If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company’s specific experience in base operation support services and providing comparable services.  Ensure the information is in sufficiently detailed regarding previous experience in managing base operation support services (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable).  If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.    

    4.  What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors?  Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Oct 2022). In accordance with Class Deviation 2021-O0008, Revision 1 - Limitations on Subcontracting for Small Business (Feb 2023).
     

    5.  Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB).

    6.  Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.).

    7.  How the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

    8.  Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition.  Please contact the MICC Advocate for Competition, Scott Kukes at email:  scott.d.kukes.civ@army.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 notice on https://sam.gov.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

    Key dates

    1. February 6, 2026Posted Date
    2. February 23, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FORT GORDON BASE OPERATIONS SUPPORT SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.