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 for Hangar Door Repair and Maintenance Services at Barksdale Air Force Base, Louisiana. This requirement, issued as an RFQ (FA460826QS005), is a 100% Small Business Set-Aside for the repair of Hangar Door #2 and comprehensive maintenance of all five Vertical Lifting Fabric Hangar Doors (VLFHD) at Building 6050. Quotes are due by 4:00 PM CST on February 27, 2026.
Scope of Work
The contractor will be responsible for the repair of Hangar Door #2 to full operational status and comprehensive preventative maintenance for all five VLFHDs at Building 6050. Specific tasks include:
- Repair of Hangar Door #2's solid bottom panel, including replacement of upper/lower safety arrestors, rod assemblies, end plates, damaged guide rail, and fabric repair where needed.
- Replacement of the Crank Limit Switch for Door #1.
- Replacement of all limit switch assemblies and plungers for Doors 1-5.
- Replacement of all lifting belts on Doors 1-5.
- Replacement of the mandoor limit.
- Performing a complete, factory-certified preventative maintenance service on all doors to OEM specifications.
- Inspecting, repairing, and calibrating the entire 5-door aircraft hangar system. All work must comply with local, state, federal laws, manufacturer requirements, OSHA, and UFGS 08 34 16.20. The contractor is responsible for field measurements, and all parts must be sourced directly from the Original Equipment Manufacturer (OEM). Work will be performed at Barksdale AFB, LA, between 07:30 a.m. and 4:30 p.m., excluding federal holidays and weekends.
Contract & Timeline
- Solicitation Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: FA460826QS005
- Set-Aside: 100% Small Business (FAR 19.5)
- NAICS: 238290 (Small Business Size Standard: $22M)
- Place of Performance: Barksdale Air Force Base, Louisiana
- Key Dates:
- Site Visit: 9:00 AM CST on Friday, February 06, 2026
- Quotes Due: 4:00 PM CST on Wednesday, February 27, 2026
- Applicable Attachments: Attachment 1 (Provisions and Clauses), Attachment 2 (PWS dated 13 Jan 2026), Attachment 3 (Wage Determination), Attachment 4 (Drawings dated 13 Jan 2026), and Attachment 5 (Addendum).
Evaluation & Submission
Award will be based on a best value determination considering price and technical factors. The lowest three (or all if fewer than three) quotes will undergo technical evaluation. Quotes must be submitted electronically via email to tyler.parsons.3@us.af.mil. A Technical Plan, not exceeding 2 pages, outlining how the offeror intends to meet the PWS requirements, is required. Quotes must be valid for 60 calendar days.
Additional Notes
Funds are not presently available for this effort, and no award will be made until funds are available. The Government reserves the right to cancel the solicitation. Offerors must be registered in SAM and comply with all applicable FAR clauses, including FAR 52.222-55 (Minimum Wages for Contractor Workers Under Executive Order 14026), which remains in effect. Contractors will require escorts for work on the flight line and must provide vehicle information to Airfield Base Operations.