Renovate Silver Wings B308
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, Laughlin Air Force Base, is conducting a Sources Sought to identify qualified small businesses for the design and renovation of the Silver Wings restaurant (Building 308) and adjacent hallway flooring. This is for market research purposes to determine the appropriate small business set-aside. Responses are due by February 19, 2026.
Project Overview
This project, referenced as FA3099-26-Q-1007, aims to increase the operational efficiency of the existing Silver Wings restaurant within Building 308 (B308) and its adjacent hallway flooring at Laughlin AFB, Texas. The work is anticipated to be a design-build contract, requiring the selected contractor to provide a complete 100% design ready for construction (IFC) documents and then perform the construction.
Scope of Work
The scope includes the comprehensive design and renovation of approximately 1600 sq ft for the restaurant and 600 sq ft for the second-floor hallway. Key areas of focus are the kitchen, dining area, and hallway. The contractor will be responsible for furnishing all surveys, design drawings, labor, equipment, material, transportation, administration, and supervision. All work must adhere to the latest editions of specified codes, regulations, standards, and guidelines, including UFC, AFMAN, NFPA, and ABA/ADA. Specific requirements cover electrical, plumbing, HVAC, flooring, walls, ceilings, lighting, millwork, and equipment. Asbestos testing and abatement are also part of the project.
Contract Details
- Opportunity Type: Sources Sought (for planning and information only)
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Size Standard: $39.5 Million
- Product Service Code: Z2FD (Repair Or Alteration Of Dining Facilities)
- Anticipated Set-Aside: Small Business (market research to determine specific type, e.g., 8(a), HUBZone, SDVOSB, WOSB, VOSB)
- Place of Performance: 540 Barnes Street, Laughlin AFB, Texas, 78843, Base Operations, B308.
- Anticipated Period of Performance: Total of 413 calendar days, broken into three Notices to Proceed (NTPs): 245 days for design submittals, 91 days for submittals/orders/material receipt, and 77 days for construction.
Response Requirements
Interested firms should submit a capabilities package (maximum 5 pages) demonstrating their ability to meet the requirements. The package must include:
- Unique Identification Code (UEI), Cage Code, and System for Award Management (SAM) expiration date.
- Company's business size (annual revenues, employee size) and business status (e.g., 8(a), HUBZone, SDVOSB, WOSB, VOSB, Small Business).
- Anticipated teaming arrangements and previous teaming experience.
- A description of similar services provided to government and commercial customers, including three past references with contact information and contract numbers.
- If subcontracts are planned, provide the anticipated percentage of effort and whether small or large businesses will be used.
Submission Details
- Response Due Date: Thursday, February 19, 2026
- Submission Emails: stephanie.richey.3@us.af.mil and joselynn.cooper@us.af.mil
- Reference Number: FA3099-26-Q-1007 should be used in all communications.
Additional Notes
This is solely for market research and planning; it does not constitute a commitment by the Government. Future information, including any solicitation or amendments, will be issued via SAM.gov. All contractors must be registered in SAM.gov.