Hangar Door Repair
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 (DAF) is soliciting quotes for Hangar Door Repair at Barksdale Air Force Base, Louisiana. This is a 100% Small Business Set-Aside to repair Hangar Door #2 of the five-door Vertical Lifting Fabric Hangar Door (VLFHD) system. Quotes are due by Friday, February 27, 2026, at 4:00 PM CST.
Scope of Work
This requirement involves the inspection, repair, and calibration of the entire 5-door aircraft hangar system, specifically focusing on Hangar Door #2 to ensure full and safe functionality. Key tasks, detailed in Attachment 5 (Addendum), include:
- Replacement of Door #1 crank limit switch.
- Replacement of all limit switch assemblies and plungers for Doors 1-5.
- Replacement of all lifting belts on Doors 1-5.
- Repair of Door #2 solid bottom panel, including replacement of upper/lower safety arrestors, rod assemblies, end plates, damaged guide rail, and fabric repair where applicable. A CLS limit switch will also be replaced.
- Comprehensive, factory-certified preventative maintenance service on all doors (1-5) to OEM specifications.
- Replacement of the mandoor limit. All parts must be sourced directly from the Original Equipment Manufacturer (OEM). Work is to be performed in accordance with the Performance Work Statement (PWS) dated 05 January 2026, and other applicable regulations. Contractors are responsible for field measurements and material quantities. Escorts are required for work on the flight line.
Contract Details
This is a combined synopsis/solicitation (RFQ FA460826QS005) for commercial services. Funds are not presently available, and award is contingent upon fund availability. The Government reserves the right to cancel the solicitation.
Set-Aside
This opportunity is a 100% Small Business Set-Aside. The associated NAICS code is 238290 with a small business size standard of $22M.
Submission & Evaluation
Quotes must be submitted electronically via email to tyler.parsons.3@us.af.mil by Friday, February 27, 2026, at 4:00 PM CST. Award will be based on a Best Value determination considering price and technical factors. The lowest three quotes will undergo technical evaluation. Offerors must provide company details (SAM UEI, CAGE, POC, Tax ID) and confirm capacity for electronic invoicing via WAWF. A Technical Plan (not exceeding 2 pages) outlining how PWS requirements will be met is required. Quotes must be valid for 60 calendar days. Compliance with FAR 52.222-55 (Minimum Wages for Contractor Workers Under Executive Order 14026) is mandatory.
Applicable Attachments
- Attachment 1 - Provisions and Clauses
- Attachment 2 - Performance Work Statement (PWS), Dated 05 January 2026
- Attachment 3 - Wage Determination
- Attachment 4 - Drawings, Dated 13 January 2026
- Attachment 5 - Addendum
Points of Contact
- Contract Specialist: SSgt Tyler Parsons (tyler.parsons.3@us.af.mil, 318-456-9725)
- Contracting Officer: Thomas Hutchins (thomas.hutchins.2@us.af.mil, 318-456-3729)