Vertical 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 is issuing a Solicitation for Vertical Hangar Door Repair services at Robins AFB, GA. This is a sole-sourced acquisition intended for Industrial Door Contractors, Inc. (OEM). The contract will be a Firm Fixed-Priced (FFP) agreement under Simplified Acquisition Procedures. Quotes are due by February 5, 2026, at 1 PM EST.
Scope of Work
The contractor shall provide all necessary equipment, tools, materials, transportation, and services for the repair of the B137 Vertical Hangar Door to support the 402d AMXG. This includes, but is not limited to:
- Replacement of six (6) wire ropes (3/4") and eyebolts.
- One-time vertical lift door maintenance, including resetting door panels, cable adjustments, and greasing sheave rollers.
- Provision of material, labor, equipment, lodging, and per diem for two (2) IDC technicians on-site for three (3) days.
- Material freight to the jobsite.
Contract Details
- Contract Type: Firm Fixed-Priced (FFP)
- Period of Performance: 30 calendar days ARO (estimated February 6, 2026, to March 8, 2026)
- Place of Performance: 235 Robins Pkwy B137, Station 15, Robins AFB, GA 31098
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance)
- Set-Aside: Sole-sourced to Industrial Door Contractors, Inc. (OEM)
Compliance & Deliverables
Bidders must adhere to numerous requirements, including:
- FAR and DFARS Clauses: Review all incorporated clauses (Attachment 9).
- Safety & Health: Develop and submit a detailed Contractor Safety Plan (CDRL A003) within 10 working days of award, complying with Appendix C, OSHA, Air Force, and DoD regulations (Attachment 8).
- Davis-Bacon Act: Comply with prevailing wage rates for building construction in Houston, Peach, and Pulaski Counties, GA (Attachment 7).
- Environmental Management Systems (EMS/EnMS): All personnel, including subcontractors, must complete initial Air Force-provided EMS (CDRL A001) and EnMS (CDRL A002) Awareness Training.
- Accident/Incident Reporting: Follow strict reporting procedures (CDRL A004), including 4-hour telephonic notification and detailed reports within 20 days of a mishap.
- Buy American: Compliance with FAR Subpart 25.1 or 25.4 is required.
Submission & Evaluation
- Quotes Due: February 5, 2026, 1 PM EST
- Submission Method: Email quotes to adriana.lytle@us.af.mil and joshua.sharpe.6@us.af.mil. Facsimile quotes will not be accepted.
- Evaluation: Award will be made to the responsible offeror whose offer, conforming to the solicitation, is the lowest price.
- Validity: Quotes must be valid for 30 days after the response due date.
- Financial Capability: Prospective vendors must provide documentation demonstrating adequate financial resources; a pre-award survey through DCMA may be requested.
Additional Notes
This announcement serves as the only notice; a written solicitation will not be issued.