126 ARW Repair Overhead Doors - Scott AFB, IL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (126th Air Refueling Wing) is soliciting proposals for overhead door repair and maintenance services at Scott Air Force Base, IL. This Total Small Business Set-Aside opportunity (RFP W50S7S26QA001) seeks a single Firm Fixed Price (FFP) contractor. The project involves routine maintenance and minor repairs on 46 overhead doors across multiple base buildings. Proposals are due May 1, 2026, at 1:00 PM local time.
Scope of Work
This contract requires routine maintenance and minor repairs on 46 overhead doors located across various buildings (including Bldg 5002, 5004, 5006, 5010, 5016, 5020, 5022, 5024, 5029, 5038, 5046, 5048) at Scott AFB, IL. The work aims to extend the service life of these doors by addressing identified defects. Repairs include, but are not limited to, replacing safety stops, door seals, panels, lift chains, springs, controllers, and gearboxes, as well as track restoration, sanding, cleaning, priming, and painting. All work must adhere to the Performance Work Statement (PWS) dated February 5, 2026, and comply with applicable UFC, NFPA, NEC, and other federal and local regulations.
Contract Details
- Contract Type: Single Firm Fixed Price (FFP)
- Estimated Magnitude: $100,000 - $250,000
- Period of Performance: Within 90 calendar days after award
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Small Business Size Standard: $45,000,000.00
- Bonds: Performance and/or Payment Bonds will be required if the quote exceeds thresholds stated in FAR 28.102-2. Bid Bonds are required for quotes exceeding $150,000.
Submission & Evaluation
- Proposal Submission Deadline: May 1, 2026, at 1:00 PM local time.
- Evaluation Criteria: Award will be made to the responsible offeror whose proposal represents the best value to the Government. The Government does not intend to conduct negotiations but reserves the right to do so. Innovative approaches will be considered.
- Site Visit: A site visit is tentatively scheduled for April 22, 2026, at 0800 CDT at Bldg 5002, CE Classroom. Confirmation will be made via an edit to the SAM.gov notice. All attendees must email their FIRST, MI, & LAST name to 126.ARW.MSC@us.af.mil for security access to Scott AFB (Real ID required).
- Wage Determination: Bidders must review the provided General Decision Number (GDN) from the U.S. Department of Labor, Wage and Hour Division, detailing prevailing wage rates for construction trades in Madison and St. Clair Counties, IL. This is crucial for accurate labor cost estimation and compliance with the Davis-Bacon Act.
Additional Notes
Offerors are strongly encouraged to inspect the site. Quotes must remain valid for 30 days. Contractors will be required to provide material submittals (AF Form 3000), a 2-week look-ahead schedule, coordinate with CE for site access, obtain AF Form 103 (Work Clearance Request), brief subcontractors on safety, submit DD Form 1354, provide an inventory of removed/installed systems, and maintain as-built drawings. Compliance with environmental regulations is also required. For document requests or to report discrepancies, contact the POCs via email.
Primary Contact: MSgt Jonathan Middleton (jonathan.middleton.5@us.af.mil, 618-222-5116) Secondary Contact: Capt Christopher Fisher (christopher.fisher.7@us.af.mil, 618-222-5113)