Hangar Door Assessment at Travis AFB
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 60th Civil Engineering Squadron Group at Travis AFB, California, is soliciting for a Hangar Door Assessment for doors H808, H809, and H810. This is a Total Small Business Set-Aside opportunity. The assessment requires identifying discrepancies and will be awarded based on best value. Offers are due May 29, 2026, at 12:00 PM PDT.
Scope of Work
The contractor will provide all necessary labor, equipment, tools, material, and supervision to assess the current condition of hangar doors H808, H809, and H810. Following the assessment, a comprehensive list of all discrepancies found must be provided. The detailed Statement of Work (SOW) is included as Attachment #1.
Contract & Timeline
- Contract Type: Solicitation (Request for Quotation - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code (PSC): Z2AA - Repair Or Alteration Of Office Buildings
- NAICS Code: 236220 - Commercial and Institutional Building Construction
- Response Date: May 29, 2026, 12:00 PM PDT
- Questions Deadline: May 20, 2026, 4:30 PM PDT
- Anticipated Award Date: On or about June 5, 2026
- Offer Acceptance Period: 60 calendar days from receipt date
Evaluation
Offers will be evaluated based on Price and Technical Capability. The government intends to award to the responsible offeror whose proposal, conforming to the solicitation, provides the best value to the Government.
Key Requirements & Attachments
- Technical Capability Statement: Required to demonstrate ability to meet SOW.
- Contractor Responsibility Verification (Attachment #2): Bidders must complete this form, attesting to their ability to meet FAR 9.103 and 9.104 responsibility criteria (financial resources, performance record, integrity, etc.).
- Travis Air Force Base Security Requirements (Attachment #4): Outlines identity proofing, vetting, and base access procedures for personnel, including REAL ID Act compliance and potential disqualifiers. Critical for personnel requiring base access.
- Wage Determination (Attachment #5): Wage Determination No. 2015-5655, Revision No. 26, specifies minimum wage rates and fringe benefits under the Service Contract Act for Solano County, CA. Bidders must incorporate these rates into their pricing.
- Solicitation Provisions and Contract Clauses (Attachment #3): Lists applicable FAR and DFARS clauses incorporated by reference, covering areas like SAM registration, EFT payments, and cybersecurity.
Submission
Offers must be submitted electronically via email to both primary and secondary Points of Contact.