Chapel Stained Glass Restoration
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 is soliciting proposals for Chapel Stained Glass Restoration services at Maxwell Air Force Base, Montgomery, AL. This project aims to clean and restore the stained glass installations at both Grace Chapel and Faith Chapel to maintain spiritual care facilities for base personnel. This acquisition is UNRESTRICTED. Quotes are due via email by Friday, May 01, 2026, at 3:30 PM CDT.
Scope of Work
The contractor will provide all labor, equipment, and materials for the restoration of historically prominent stained glass installations. The scope includes:
- Grace Chapel: Removal of existing protective glass, scraping and cleaning of stained glass, re-painting of exterior and interior frames, re-installation of protective glass cover with caulking, and re-glazing as needed.
- Faith Chapel: Cleaning of existing stained glass (front large window and two backside windows), covering with 1/4" clear Low-E tempered glass, installation of 1/2" aluminum stops, and caulking for weather and temperature management.
Contract & Timeline
- Contract Type: Implied Firm Fixed Price.
- NAICS Code: 238150 (Glass and Glazing Contractors) with a size standard of $19,000,000.00.
- Place of Performance: Maxwell Air Force Base Chapel, 42 ABW/HC, Maxwell AFB, AL.
- Period of Performance: Work must commence within 60 days of award and be completed within 60 days of start, unless otherwise approved by the Contracting Officer's Representative (COR).
- Response Due: Friday, May 01, 2026, at 3:30 PM CDT.
- Published Date: April 23, 2026.
Eligibility & Submission
- Set-Aside: This acquisition is UNRESTRICTED. (Note: While SAM.gov metadata indicated a Total Small Business Set-Aside, the solicitation document explicitly states the acquisition is UNRESTRICTED.)
- Offerors must be registered and active in the SAM database at the time of quotation submission.
- Submissions require a dated quote with unit and extended prices, and a capabilities statement demonstrating the ability to perform the Statement of Work (SOW).
- Quotes must be submitted via email.
- Offerors agree to hold prices firm for 30 calendar days from the offer receipt date.
Evaluation Criteria
Award will be made to the lowest priced offeror that meets the minimum criteria. Evaluation will be based on the offeror's capabilities statement and price.
Special Requirements & Notes
- Wage Determination: Attachment 2 provides the U.S. Department of Labor Service Contract Act (SCA) wage determination for Alabama (Autauga, Elmore, Lowndes, Montgomery counties), which is crucial for accurate labor cost calculations.
- Coordination: Installation activities must be coordinated with Chaplain Corps Leadership to minimize disruption to worship services.
- Security & Base Access: Contractors must notify the contracting officer 30 days prior to on-base performance, provide employee details, and obtain base identification and vehicle passes. Common Access Cards (CACs) may be required. Compliance with REAL ID Act requirements and base traffic regulations is mandatory. Use of cellular phones while operating a vehicle is prohibited on Maxwell-Gunter.
- Compliance: No deviations from the SOW without written direction from the Contracting Officer. Subcontracts require prior written approval. DFARS clause 252.237-7024 requires a plan for continuation of essential contractor services during crisis periods.
- Points of Contact:
- Primary: Spencer Jones, spencer.jones.10@us.af.mil, 334-953-5005
- Secondary: Jeremy B. Kersey, jeremy.kersey.1@us.af.mil, 334-953-3526
- COR/POC: SSgt Kiyana Pittman, Kiyana.pittman@us.af.mil