187th MXG Hanger Floor Resurfacing
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 / Air National Guard is conducting a Sources Sought for Hangar B1201 Top Coat Floor Resurfacing at Montgomery Air National Guard Base, Alabama. This market research aims to identify qualified and experienced businesses capable of resurfacing approximately 22,275 square feet of hangar floor to enhance surface traction and personnel safety while maintaining durability for heavy aircraft. Responses are due by April 2, 2026, at 2:00 PM Central Time.
Project Description & Scope of Work
The project involves resurfacing the hangar floor in Building 1201 at the 187th Fighter Wing, Dannelly Field Air National Guard Base. The scope includes:
- Resurfacing approximately 22,275 square feet of existing resinous-coated concrete flooring.
- Surface preparation, including grinding and cleaning, to create a suitable profile for recoating; full removal to bare concrete is not required.
- Application of a new multi-layer flooring system consisting of an epoxy coating, a broadcast of aluminum oxide or silica sand aggregate for slip resistance, and a tinted urethane topcoat.
- Reinstallation of all line striping and safety markings upon completion, as detailed in Attachment 2 - A2.1 Floor Striping Floor Plan.
- The finished floor must achieve a minimum wet static coefficient of friction (SCOF) of 0.60 per ANSI/NFSI B101.1, a minimum adhesion of 350 PSI pull-off strength, and meet specified performance requirements for chemical resistance (aviation fluids Skydrol, JP-8, JP-4, Jet-A) and abrasion (max 30 mg mass loss).
- A minimum five (5) year warranty covering the bond of the new coating system and workmanship is required.
- All products used must comply with VOC content restrictions outlined in Specification 01-6116.
Contract & Timeline
- Type: Sources Sought (Market Research Only)
- Anticipated Solicitation: On or about April 15, 2026.
- Period of Performance: Estimated 60 calendar days after the Notice to Proceed.
- Place of Performance: 187th Main Hangar, Building 1201, Montgomery Air National Guard Base, Montgomery, AL.
- Set-Aside: None specified for this market research.
- Response Due: April 2, 2026, at 2:00 PM Central Time.
- Published: March 19, 2026.
Information Requested
Interested parties are requested to submit a concise, well-organized Capability Statement package (maximum 5 pages) demonstrating their ability to perform this work. Submissions should include:
- Company Information: Name, Address, Unique Entity Identifier (UEI), CAGE Code, and Point of Contact details.
- Business Status: Statement of business size status under NAICS code 238330 (e.g., Small Business, 8(a), SDVOSB, HUBZone, WOSB).
- Relevant Experience: At least two (2), but no more than four (4), examples of projects of similar size, scope, and complexity completed within the last five years, ideally involving industrial or aviation hangar floor coating systems.
- Technical Approach: Briefly describe understanding and capability to meet key performance requirements (SCOF 0.60, 350 PSI adhesion, chemical/abrasion resistance).
- Warranty: Confirmation of ability to provide the required five (5) year warranty.
- Security: Confirmation of ability to perform work on a controlled-access military installation and comply with security and badging requirements.
Submission Instructions
Responses must be submitted electronically via email to douglas.seaton@us.af.mil and stephen.shanks.1@us.af.mil. The email subject line must read: "Sources Sought Response for Hangar B1201 Floor Resurfacing – [Company Name]".
Additional Notes
This notice is for informational and planning purposes only and does not constitute a commitment by the Government. All information is voluntary. The results will inform the appropriate acquisition strategy for a future procurement. Contractors must comply with all applicable installation access, security policies, and Antiterrorism Awareness Level I Training. A Pre-Bid Conference and site visit are anticipated prior to award.