167th AW Repair Garage Doors Base Wide
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 167th Airlift Wing, Martinsburg, WV, is soliciting quotes for Repair Garage Doors Base Wide under solicitation number W50S8V-26-Q-0021. This requirement is a Total Small Business Set-Aside with an estimated magnitude between $25,000 and $100,000. The project involves repairing or replacing multiple garage doors across various facilities at Martinsburg Air National Guard Base. Quotes are due by June 1, 2026, at 4:00 PM (EST).
Scope of Work
The project requires the repair and replacement of garage doors at several buildings, including:
- BASE BID: Replace a 12'W X 14'H vertical lift overhead door at Building 119 with a new 12'W X 12'H power-operated, insulated, low headroom clearance overhead door.
- OPTION 01: Replace a 12'W X 14'H vertical lift overhead door at Building 139 (North Door) with a new 14'W X 12'H power-operated, insulated, low headroom clearance overhead door.
- OPTION 02: Replace an overhead door at Building 134 with a new 10'W X 14'H power-operated, insulated, low headroom clearance overhead door.
- OPTION 03: Replace a 12'W X 14'H vertical lift overhead door at Building 139 (South Door) with a new 14'W X 12'H power-operated, insulated, low headroom clearance overhead door.
- OPTION 04: Replace existing pneumatic safety edges from twelve (12) overhead doors with twelve (12) electronic bump stops.
All installations must comply with ASTM F2200 and UL 325 Standards, and Davis Bacon wage rates are applicable.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 236220 (Small Business Size Standard: $45M)
- Estimated Magnitude: Between $25,000 and $100,000
- Period of Performance: 120 calendar days from Notice to Proceed (NTP)
- Pre-Solicitation Site Visit: Wednesday, May 20, 2026, at 9:00 AM (EST). Interested parties must complete an attached background form.
- Quote Due Date: June 1, 2026, at 4:00 PM (EST)
- Published Date: May 1, 2026
Submission & Evaluation
Proposals will be evaluated based on price alone. To be considered, quotes must meet all specifications and be technically acceptable. No further discussions will be held after the acceptance of offers. Offers must be submitted via email to MSgt Philip Henderson (philip.henderson.5@us.af.mil). All FAR Representation and Certifications must be submitted through the System for Award Management (SAM).
Special Requirements
Contractors must identify a full-time Superintendent, ensure work is performed by certified/licensed technicians with 5+ years of experience, and comply with installation/facility access and local security policies (allowing 2 weeks for badging). The contractor is responsible for obtaining all required permits (e.g., dig, burn, utility locates) and adhering to environmental and safety regulations.