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), 2d Contracting Squadron, is soliciting quotes (RFQ FA460826QS005) for Hangar Door Repair services at Barksdale Air Force Base, Louisiana. This opportunity is a 100% Small Business Set-Aside under NAICS 238290. The requirement is for the repair of Hangar Door #2 of the five-door Vertical Lifting Fabric Hangar Door (VLFHD) system. Quotes are due by 4:00 PM CST on Wednesday, February 18, 2026.
Scope of Work
The contractor will be responsible for inspecting, repairing, and calibrating the entire 5-door aircraft hangar system to ensure full and safe operation. Work must comply with local, state, federal laws, manufacturer requirements, OSHA, and UFGS 08 34 16.20. Key tasks include:
- Performing all field measurements and determining material quantities.
- Working between 07:30 a.m. and 4:30 p.m., excluding federal holidays and weekends.
- Daily clean-up of work sites and removal of all demolished equipment and debris.
- Adhering to special requirements such as escorts for flight line access, providing vehicle registration/insurance to Airfield Base Operations, proper hazardous material handling, and protecting building property/personnel. The 2d Civil Engineer Squadron will provide an 80' articulating lift and a 100' Electrical Bucket truck for inspections.
Contract Details
This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Subpart 12.6 and Simplified Acquisition Procedures (FAR 13). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-06 as of October 1, 2025. Funds are not presently available, and no award will be made until funds are secured. The Government reserves the right to cancel the solicitation. FAR clause 52.222-55 (Minimum Wages for Contractor Workers Under Executive Order 14026) remains in full force and effect.
Submission & Evaluation
Quotes must be submitted electronically via email to tyler.parsons.3@us.af.mil by the due date and time. Offerors are encouraged to provide their most advantageous pricing in their initial response, as award may be based on initial submissions. Required submission details include company information, SAM UEI, CAGE, POC, contact details, TAX ID, and electronic invoicing capacity (WAWF). Quotes must be valid for 60 calendar days. Award will be based on a best value determination considering price and technical factors. The lowest three (3) quotes will undergo technical evaluation, which requires a Technical Plan (not exceeding 2 pages) outlining how the requirements in the Performance Work Statement (Attachment 2) will be met.
Key Dates & Contacts
- Site Visit: Friday, February 06, 2026, at 9:00 AM CST.
- Quotes Due: Wednesday, February 18, 2026, at 4:00 PM CST.
- Contract Specialist: SSgt Tyler Parsons, 318-456-9725, tyler.parsons.3@us.af.mil
- Contracting Officer: Thomas Hutchins, 318-456-3729, thomas.hutchins.2@us.af.mil
Attachments
- Attachment 1 - Provisions and Clauses
- Attachment 2 - Performance Work Statement (PWS), Dated 13 January 2026
- Attachment 3 - Wage Determination
- Attachment 4 - Drawings, Dated 13 January 2026