Industrial Specialty Door Inspection, Maintenance and Repair Services
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, specifically the 628th Civil Engineer Squadron (CES) at Joint Base Charleston (JB CHS), South Carolina, is conducting a Sources Sought for Industrial Specialty Door Inspection, Maintenance, and Repair Services. This is a Request for Information (RFI) for planning purposes, not a solicitation. The requirement is anticipated to be a Total Small Business Set-Aside under NAICS 811310 (size standard $12.5 Million). Responses are due by February 06, 2026, at 2:00 PM EST.
Opportunity Details
The purpose of this RFI is to identify commercial contractors capable of providing comprehensive services for various Industrial Specialty Doors located on JB CHS. The scope of work includes providing all management, tools, supplies, equipment, labor, transportation, and supervision necessary to perform inspections, preventive maintenance, and repair services. This encompasses operational checks, lubrication, calibration, adjustment, re-programming, and minor part replacement, adhering to applicable laws, regulations, commercial practices, and manufacturer's recommendations.
Key aspects of the scope, as detailed in the draft Performance Work Statement (PWS) and appendices, include:
- Appendix A identifies doors requiring Preventive Maintenance and Inspections (PMI).
- Appendix B lists doors subject to service calls and repair, including all doors from Appendix A.
- Performance standards require 95% on-time PMI, 100% repairs within the Period of Performance, and specific response times for routine (within 24 hours) and emergency (within 2 hours) service calls.
- Contractors must submit annual/monthly schedules, PMI reports, and service/repair reports, and are encouraged to use innovative approaches.
Response Requirements
The Government is interested in all small businesses, including 8(a), HUBZone, Service-Disabled Veteran Owned Small Businesses (SDVOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Interested parties should submit:
- A brief description of their company's business size (annual revenues, employee size) and business status.
- Anticipated teaming arrangements, clearly delineating work between prime and partners.
- A description of similar services offered to both Government and commercial customers.
Responses should be submitted electronically to adrian.martell@us.af.mil.
Additional Information
This notice is for market research only; it is not an offer and cannot be accepted to form a binding contract. No solicitation exists at this time. The Government will use the submitted information to determine its small business set-aside decision and to make any necessary alterations to the PWS. Submissions are voluntary, and costs will not be reimbursed.