Paint Booth Roll-Up Door Replacement
ID: FA857126Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Metal Window and Door Manufacturing (332321)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement and installation of a roll-up door in the paint booth for the 402nd Maintenance Support Group at Robins Air Force Base, Georgia. The project requires a 20' x 20' steel roll-up door that is compatible with an existing right-hand motor, featuring an explosion-proof operator and push-button controls, with color specifications limited to standard brown and black. This procurement is fully set aside for small businesses under NAICS code 332321, with a size standard of 750 employees, and requires contractors to be registered in the System for Award Management (SAM) at the time of submission. Interested parties must submit their proposals by November 4, 2025, at 3:00 PM EST, and all inquiries must be directed to Carmen Davis or De'Anna Thompson via email by October 31, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the mandatory industrial safety and health requirements for contractors undertaking project BAF# 78192 – Replace Paint Roll-up Door. The contractor must submit a detailed Safety and Health Plan, adhering to federal, state, local, OSHA, and Air Force regulations, including DAFI 91-202 and DAFI 91-203. Key requirements include compliance with VPP, protection of all employees (including subcontractors), and immediate mishap notification to the Safety Office. The plan must detail procedures for various hazards such as motor vehicles, foreign object damage (FOD) prevention, protective barriers, working surfaces, excavations, scaffolding, aerial lifts, fall protection, cranes, hazardous materials, personal protective equipment, confined spaces, welding, electrical safety, lockout-tagout, machinery guarding, hazardous waste operations, and environmental controls. The contractor is solely responsible for compliance and any associated fines or costs.
    DD Form 1423-1,
    DD Form 1423-1,
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) form used in government contracting to specify data deliverables from contractors. The document outlines the requirements for data items, such as the Contractor's Safety Plan for a project like "Replace Paint Booth Roll Up Door." It details submission frequencies (e.g., draft within 10 working days, final 10 days after government acceptance), distribution addressees, and points of contact for various roles within the Air Force (WR-ALC/SE workflow, Primary Govt POC, CSMO/WAWF, and Contracting Officer). The form also provides instructions for both government personnel in completing the CDRL and contractors in estimating data item prices based on four distinct groups of effort (Group I to Group IV), which categorize data based on its essentiality to the primary contract and the effort required to conform to government requirements. This ensures clarity in data deliverables, pricing, and communication channels for government contracts.
    DD Form 1423-1, a Contract Data Requirements List (CDRL), is a standard Department of Defense form for specifying data deliverables in contracts. This particular instance details requirements for an "ACCIDENT/INCIDENT REPORT" related to a contract for "Replace Paint Booth Roll Up Door." The contractor must notify the Robins AFB Safety Office within four hours of any mishap or incident involving DoD property damage or employee injury resulting from contract operations, followed by an electronic report within three calendar days. This report must include comprehensive details such as contract information, date/time/location of the incident, narrative, cause, estimated cost, equipment/personnel involved, and corrective actions. The document also provides contact information for various government personnel, including the Primary and Alternate Government POCs, CSMO/WAWF representatives, and the Contracting Officer. Additionally, the form includes instructions for both government personnel and contractors on how to complete the DD Form 1423, outlining various data item categories and their associated pricing groups.
    This document outlines the requirements for the replacement of a paint booth roll-up door at Robins Air Force Base, Georgia. The contract specifies the need for a 20' x 20' steel, primed brown, 20-gauge roll-up door compatible with a right-hand motor. Key specifications include an explosion-proof operator, push-button controls, and standard black and brown colors. The contractor must conduct a site visit within ten days of award, deliver the door within five weeks of the site visit, and complete installation within ten days of delivery. The contract also details procedures for "over and above work," warranty (one year manufacturer's on parts), and outlines various compliance requirements, including security regulations, supply chain risk management, environmental management systems (EMS) awareness training, ISO 50001 energy management system training, and a contractor safety program. Contractors must adhere to mishap notification procedures, utilize the PIEE system for invoicing, and comply with UID marking requirements.
    The document outlines the requirements for replacing a paint booth roll-up door at Robins Air Force Base, Georgia, for the 402d Maintenance Support Group. The contractor must provide all materials and labor, ensuring the new door is compatible with the existing right-hand motor and meets detailed specifications regarding size, mounting, curtain, operation, and components. Key requirements include a site visit within ten days of contract award to confirm measurements and an installation within ten days of delivery. The document also details procedures for 'over and above work,' contractor responsibilities for safety, security, environmental compliance, and specific training requirements for EMS and EnMS. Additionally, it specifies invoicing via PIEE and adherence to federal regulations for affirmative procurement and supply chain risk management.
    This document addresses questions and answers for RFP FA8571-26-Q-0004, concerning the replacement of a paint booth roll-up door. Key requirements include an explosion-proof operator for safety in the paint booth environment, with a push-button control (up, down, stop). The color specifications for the curtain, hood, bottom bar, guide, and bracket should be standard brown and black, without specific PCTA or RAL codes. The door is not required to be fire retardant. Financial and contractual details confirm the contract will be fully funded at the time of award using FY26 Working Capital Funds, treated as a supply purchase with incidental services. Invoices will be submitted via WAWF to payment office F03000, requiring a single final invoice with no Prompt Payment Act or Fast Pay provisions. A brand new explosion-proof motor is required, not a reconnect.
    The document addresses questions and answers regarding the FA8571-26-Q-0004 solicitation for the replacement of a paint booth roll-up door. Key clarifications include the requirement for an explosion-proof operator due to the paint booth environment, confirmation that the control is a push-button mechanism (up, down, stop), and a directive to use standard brown and black colors for specified components instead of providing PCTA codes and RAL numbers. Additionally, the document explicitly states that the roll-up door is not required to be fire retardant.
    This government file, FA857126Q0004, is a combined synopsis/solicitation for commercial items, specifically for the purchase and installation of a roll-up door in the paint booth for the 402nd Maintenance Support Group (MXSG) at Robins Air Force Base, Georgia. The procurement is fully set aside for small business concerns, with a NAICS code of 332321 and a size standard of 750 employees. Key requirements include compatibility with the existing right-hand motor, a mandatory site visit within ten days of contract award, and delivery within five weeks of the site visit. Invoices will be processed through Wide Area WorkFlow (WAWF) using specific routing data. The contract incorporates various FAR and DFARS clauses, including those related to small business programs, combating trafficking in persons, and item unique identification and valuation. The contractor must provide a one-year manufacturer's warranty on parts.
    This document is an amendment to Solicitation FA8571-26-Q-0004-0002, a Request for Quote (RFQ) for the purchase and installation of a roll-up door in a paint booth at Robins Air Force Base, Georgia. The amendment extends the response due date to November 4, 2025, at 3:00 PM EST, and updates the Purchase Description (PD) to the October 28, 2025 version, replacing the previous October 3, 2025 version. All questions (RFI's) are due by October 31, 2025. This procurement is a total small business set-aside with NAICS code 332321. Offerors must be SAM registered and certified as a small business under the designated NAICS code to be eligible for award. Quotes, including all associated costs, must be submitted via email to Carmen Davis and De'Anna Thompson.
    This document is an amendment to Solicitation No. FA857126Q0004, extending the closing date from October 15, 2025, to October 22, 2025, at 3:00 PM EST. The solicitation is a Request for Quote (RFQ) for the purchase and installation of a roll-up door in the paint booth for the 402nd Maintenance Support Group (MXSG) at Robins Air Force Base, Georgia. This acquisition is fully set aside for small business concerns, with NAICS code 332321 and a 750-employee size standard. Offerors must be registered in SAM and certified as a small business. Quotes, including all associated costs, must be submitted via email to Carmen Davis and De'Anna Thompson by the new deadline.
    The provided government file indicates that the document could not be displayed, suggesting an issue with the user's PDF viewer. It recommends upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download. For further assistance with Adobe Reader, users are directed to http://www.adobe.com/go/acrreader. The file also includes trademark information for Windows, Mac, and Linux. This content is a technical message to the user rather than a government RFP, federal grant, or state/local RFP document itself.
    The document acts as a placeholder, indicating that the intended content—likely a government RFP, federal grant, or state/local RFP—could not be displayed. It advises the user that their PDF viewer might not be able to render the document type and suggests upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux. Links for downloading Adobe Reader and for further assistance are provided. This file serves as a technical instruction rather than containing programmatic or solicitational content, guiding users on how to access the actual government document once the technical issue is resolved.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    25--DOOR,VEHICULAR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular doors, specifically NSN 2541016082958, under a total small business set-aside. The requirement includes two lines: 22 units to be delivered to DLA Distribution Red River within 120 days after order (ADO) and an additional single unit with the same delivery timeline. These vehicular components are critical for maintaining operational readiness and functionality of military vehicles. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
    Door, Access, Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of aircraft access doors, specifically the Door, Access, Aircraft (NSN: 1560-01-008-5440). The contract will involve the supply of a total line-item quantity of 49 units, with a minimum order of 25 and a maximum of 75 units, along with additional line items for other related components. These doors are critical for providing access during maintenance and ensuring a smooth surface during flight, with specifications indicating they are made of aluminum and steel. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP) is December 12, 2025, with a closing date of January 12, 2026. For inquiries, potential bidders can contact James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    DDAG - Dock Leveler and Industrial Door Maintenance - SP3300-26-Q-0012
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified small businesses to provide preventative and corrective maintenance services for dock levelers and industrial doors at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid firm-fixed-price and time-and-materials purchase order, covering a base year from March 2026 to March 2027, with four additional option years extending through March 2031. This maintenance is crucial for ensuring the operational efficiency and safety of material handling equipment, which plays a vital role in logistics operations. Interested vendors must submit their quotes electronically by December 10, 2025, and can direct inquiries to Michael French at michael.s.french@dla.mil, with a total ceiling price of $22,000.00 for the entire contract period.
    Overhead Door Repair/Replace for Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for a Blanket Purchase Agreement (BPA) for Overhead Door Repair/Replacement on Fort Drum, NY. This service is used for repairing and replacing overhead doors in various buildings on Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238290. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.
    Garage Door Maintenance and Repair at American Lake VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for garage door maintenance, repair, and replacement services at the American Lake VA Medical Center in Tacoma, Washington. The project involves maintaining four existing garage doors and replacing two roll-up garage doors, which includes procurement, removal, disposal, and installation, all in compliance with OEM guidelines, OSHA safety standards, and various NFPA codes. This total small business set-aside opportunity, classified under NAICS code 238290, has a size standard of $22 million and requires interested vendors to have an active SAM registration. Key deadlines include a site visit on December 12, 2025, and submission of questions by December 29, 2025, with offers due by January 2, 2026. For inquiries, contact Adam Hill at adam.hill3@va.gov or by phone at 360-553-7678.
    25--DOOR,VEHICULAR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of vehicular doors, specifically NSN 2541016082973, under a total small business set-aside. The requirement includes two lines: 33 units and 1 unit of the vehicular door, both to be delivered to DLA Distribution San Joaquin within 120 days after order. These components are critical for maintaining the operational readiness of military vehicles. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Bulkhead Assembly, C-130
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Bulkhead Assembly for the C-130 aircraft, identified by Part Number 375974-7. This solicitation is a total small business set-aside and addresses an urgent requirement related to flight and safety deficiency hazards, with delivery expected at Robins AFB, Georgia, on or before January 19, 2026. Interested vendors must submit their quotes via email by December 29, 2025, and adhere to specific packaging and transportation requirements outlined in the associated documents. For further inquiries, potential offerors can contact Nicole Greenwood at nicole.greenwood.2@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.
    Door Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified suppliers for the procurement of aircraft doors, specifically the main landing gear door for the B-2 aircraft. The contract involves the supply of two units of the door, identified by NSN 1560013674794FW, with specific dimensions and material requirements, and is scheduled for delivery by February 7, 2028. This procurement is critical for maintaining the operational readiness of the B-2 aircraft, and interested parties must submit their proposals by January 16, 2026, with further inquiries directed to Genevee Suba at genevee.suba@us.af.mil.
    ICBM - Door, Launcher, Personnel Access
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is conducting a Sources Sought notice for the procurement of a Door, Launcher, Personnel Access, identified by NSN 1440-01-541-3667 and P/N 3037-1050-94. The primary objective of this notice is to gather market research to identify potential sources capable of fulfilling the agency's requirements and to enhance competition by improving access to acquisition information for small businesses. This procurement is critical for maintaining the operational readiness of guided missile systems, with an estimated quantity of 15 units required by January 4, 2027. Interested parties are encouraged to submit capability statements or proposals to Travis Bodily at travis.bodily@us.af.mil, as the government does not intend to contract based on this request nor pay for any information solicited.