Repair Fence Refueling Parking Area
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 is conducting market research to identify qualified firms for a design-build project to Repair and Replace the Refueling Parking Area Fence at Laughlin Air Force Base, TX. This is a Sources Sought notice to determine the feasibility of a small business set-aside. Responses are due February 23, 2026.
Scope of Work
The project involves the demolition of the existing Petroleum, Oils, and Lubricants (POL) chain link fence and the design/installation of approximately 2,500 Linear Feet (LF) of new fencing. Key requirements include:
- Security Features: Installation of barbed wire and meeting airfield/fuels management security standards.
- Gate Systems: Two 20-foot automatic sliding gates, one 12-foot swing gate, two 20-foot swing gates, and five 4-foot personnel gates.
- Infrastructure: Removal and replacement of fence signage, electrical conduit/service, and the addition of an ADA-compliant sidewalk and bollards.
- Design-Build: The contractor is responsible for a 100% design package and phased construction to maintain continuous security.
Contract & Timeline
- Type: Sources Sought / Market Research
- Estimated Magnitude: Between $500,000 and $1,000,000
- Period of Performance: 301 calendar days
- Set-Aside: Anticipated Small Business Set-Aside (NAICS 236220)
- Response Due: February 23, 2026, at 1400 CST
Evaluation
The Government will use submitted capability packages to determine the appropriate socio-economic set-aside. Submissions will be evaluated on technical capability, recent relevant experience, and the ability to manage the required labor and management services.
Additional Notes
Interested parties must submit a capabilities package (maximum 5 pages) including DUNS/UEI, Cage Code, business status, and three past performance references. Responses should be emailed to Arthur Johnson and Neo Stamper.