Hangar Door Maintenance
ID: FA480925Q0032Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (J017)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Hangar Door Maintenance Services at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement includes comprehensive maintenance tasks such as inspections, repairs, lubrication, and corrosion treatments, ensuring compliance with industry standards and safety regulations, including AFOSH and OSHA. This maintenance is crucial for operational readiness at the Air Force Base, with the contract period of performance set to commence on October 1, 2025, and the total award amount anticipated to be approximately $12.5 million. Interested parties can reach out to 2d Lt Hunter Bailey at hunter.bailey.5@us.af.mil or by phone at 919-722-8944 for further information.

Point(s) of Contact
2d Lt Hunter Bailey
(919) 722-8944
(919) 722-8944
hunter.bailey.5@us.af.mil
Files
Title
Posted
Apr 21, 2025, 8:06 PM UTC
The document outlines federal and state RFPs and grants aimed at supporting various government projects and initiatives. It emphasizes the importance of transparency and accountability in the application process for funding. Key points include eligibility criteria, the evaluation process for proposals, and the expected outcomes of funded projects. The document also highlights the importance of collaborating with local entities and stakeholders to ensure project alignment with community needs. Additionally, it discusses the procurement methods used, including competitive bidding and sealed proposals, to promote fairness in awarding contracts. By focusing on accessible and detailed guidelines, the aim is to enhance participation from diverse organizations and foster effective project implementation. Overall, the document serves as a vital resource for entities seeking to navigate the federal and state funding landscape, ensuring that they adhere to established standards and contribute positively to public services.
Apr 21, 2025, 8:06 PM UTC
The Performance Work Statement (PWS) for Seymour Johnson Air Force Base outlines the requirements for inspecting and maintaining hangar doors. The contractor is responsible for all management, labor, tools, and parts necessary for these tasks, adhering to specified industry standards and safety regulations, including AFOSH and OSHA standards. Key contractor requirements include appointing a qualified contract manager and staff with relevant experience and licenses. Work is to be conducted during regular hours with provisions for emergency responses within specified timelines. The contractor must maintain thorough service records, report maintenance activities, and handle utilities and fire safety protocols effectively. Preventive maintenance tasks include inspections, repairs, lubrication, and corrosion treatments, with an emphasis on adhering to manufacturer's specifications. The contractor is also responsible for ensuring that all maintenance and repair actions do not compromise safety or the integrity of government property. This PWS serves as a comprehensive framework for maintaining hangar doors, crucial for operational readiness at the Air Force Base while ensuring compliance with safety and performance standards.
Apr 21, 2025, 8:06 PM UTC
The document appears to be a corrupted or non-standard file that cannot be properly read. However, based on the context of government RFPs, federal grants, and state/local RFPs, it can be inferred that such documents generally outline funding opportunities, eligibility criteria, project requirements, application processes, and evaluation metrics for prospective applicants. Typically, they aim to solicit proposals from organizations or individuals that can fulfill the stated objectives of the grant or request for proposals, which may include service delivery, research, infrastructure development, or other community-focused projects. Therefore, the essence of these documents usually revolves around the quest for innovation in service provision and effective allocation of financial resources to address identified needs within various sectors of public service.
Apr 7, 2025, 7:05 PM UTC
The Performance Work Statement (PWS) for the inspection and maintenance of hangar doors at Seymour Johnson Air Force Base outlines the responsibilities and requirements for the contractor. The contractor is tasked with providing all necessary management, labor, equipment, and materials to uphold safety and operational standards for hangar doors in compliance with industry specifications. Key responsibilities include establishing a contract management team with relevant certifications, maintaining service records, and executing comprehensive preventive maintenance annually. The document mandates emergency response protocols, requiring the contractor to address critical service calls within two hours. In addition to routine maintenance, the contractor must adhere to safety regulations, including fire protection measures and accident prevention guidelines. Quality control processes must be implemented to ensure all tasks are executed effectively. The project requires the maintenance of proper documentation for all repairs and inspections, ensuring transparency and accountability. This PWS is geared towards securing a contractor who can efficiently manage hangar door functionality essential for operational integrity at the base, while prioritizing safety and compliance with governmental standards.
Apr 21, 2025, 8:06 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract to provide commercial products and services related to hangar repair and maintenance for the U.S. Air Force at Seymour Johnson AFB. The contract, identified by solicitation number FA480925Q0032, includes various services such as annual maintenance, emergency service calls, and the provision of supplies and materials over a five-year period, with specified options for extensions. The total award amount is set at approximately $12.5 million. The solicitation emphasizes the importance of following Federal Acquisition Regulations (FAR) and includes clauses regarding inspections, administrative details, and eligibility requirements for WOSB and other small business classifications. It mandates the contractor to maintain certain insurance levels, comply with labor standards, and facilitate electronic invoicing through the Wide Area Workflow system. This RFP represents the federal government's commitment to supporting small businesses, particularly women-owned enterprises, while specifying detailed requirements to ensure compliance and performance accountability.
Apr 21, 2025, 8:06 PM UTC
The document outlines an amendment to a government solicitation, stating the amendment's purpose, which is primarily to confirm that no site visit will occur due to lack of interest. It highlights that a Questions and Answers sheet will be included for vendors to engage, facilitating communication during the solicitation process. Additionally, a Performance Work Statement and a Wage Determination have been attached to the solicitation to provide clear expectations for potential contractors. The amendment specifies the acknowledgment requirements for offers and details how to make changes to previously submitted proposals. Attachments include a Q&A document dated April 21, 2025; a Performance Work Statement dated December 17, 2025; and a Wage Determination document, all crucial for clarity and compliance in the procurement process. This amendment serves to update interested parties about procedural changes while ensuring ongoing transparency and alignment with federal contracting practices.
Lifecycle
Title
Type
Hangar Door Maintenance
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Vertical Lifting Fabric Hangar Doors Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance and repair services of vertical lifting fabric hangar doors at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement is a 100% Small Business set-aside, with the contract structured as a Firm Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, spanning an initial period from October 1, 2025, to September 30, 2026, with four additional one-year option periods. The services are critical for ensuring the operational integrity and safety of hangar facilities, adhering to stringent safety and performance standards outlined in the Performance Work Statement. Interested contractors must submit their proposals electronically by the specified deadline and can direct inquiries to Adam Donofrio or Ramnarine Mahadeo via email. The estimated contract value is approximately $12,500,000, and compliance with federal labor standards, including wage determinations, is mandatory.
Hangar Fall Restraint Inspection Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Hangar Fall Restraint Inspection Services at March Air Reserve Base in California. The contractor will be responsible for conducting thorough inspections of fall protection systems, ensuring compliance with OSHA regulations, performing minor repairs, and providing necessary inspection equipment, all while operating within secured aircraft hangars. This initiative is crucial for maintaining the safety of personnel and the operational readiness of aircraft maintenance processes, particularly for KC-135 and C-17 aircraft. The total award amount for this contract is $22,000,000, with services expected to commence immediately post-award, and interested parties can contact Joshua Davidson at Joshua.Davidson.16@us.af.mil or 951-655-5758 for further details.
Sandblasting and Painting Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide sandblasting and painting services for vehicles and Aerospace Ground Equipment (AGE) at Seymour Johnson Air Force Base in North Carolina. The procurement aims to ensure high-quality maintenance and repainting services, requiring the contractor to supply all necessary labor, tools, and materials while adhering to safety regulations and OEM standards. This opportunity is particularly important for maintaining operational readiness and compliance with government specifications for vehicle and equipment management. Interested parties should direct inquiries to Alison Gandulla at alison.gandulla@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, with the understanding that this is a Sources Sought notice for planning and market research purposes only, and not a request for quotes.
Repair SOW Ops Facility B3524
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a significant repair project at the SOW Ops Facility B3524 located on Kadena Air Base in Japan. The project entails a comprehensive one-phase design-build contract focused on repairing structural concrete spalling, roofing, and mechanical and electrical systems, with an estimated contract value between $25 million and $100 million. This initiative is crucial for maintaining the operational integrity of the facility, which includes extensive renovations such as rebuilding the concrete roof, replacing HVAC and electrical systems, and implementing sustainable construction practices. Interested contractors must be registered in the System for Award Management (SAM) and are advised to prepare for the solicitation, which is expected to be available around May 22, 2025. For further inquiries, potential bidders can contact Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil or Gary Wynder at gary.wynder@us.af.mil.
Fire Training Facility Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and inspection services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The contractor will be responsible for ensuring the operational effectiveness and safety of these facilities by conducting inspections, performing repairs, and adhering to all relevant safety and compliance standards, including Air Force guidelines and federal regulations. This procurement is critical for maintaining the safety and readiness of training operations for firefighters, with an estimated contract value of $12.5 million and a total small business set-aside. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project, identified by solicitation number N4008525R2602, involves a Design-Build/Design-Bid-Build approach and is projected to cost between $500,000 and $1,000,000, with a completion timeline of 270 calendar days from the task order award. This initiative is part of a broader effort to maintain and modernize military infrastructure, ensuring compliance with federal regulations and safety standards. Interested contractors must submit their proposals by May 1, 2025, and can obtain further details by contacting Oteria Bullock at oteria.bullock@navy.mil or Katherine Dinneen at katherine.dinneen@navy.mil.
KC-135 Maintenance Platform Systems
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals for the procurement of KC-135 Maintenance Platform Systems at Tinker Air Force Base in Oklahoma. This initiative aims to enhance maintenance capabilities for the KC-135 aircraft by acquiring four sets of specialized work stands, including cargo door stands, aileron stands, and beavertail stands, all designed to meet stringent safety and operational standards. The procurement is set aside for small businesses, with a Firm Fixed Price contract anticipated, and proposals must be submitted by April 30, 2025, with evaluations based on technical acceptability and lowest total evaluated price. Interested parties can reach out to Cory Rainey-Hedrick or Marc J. Kreienbrink via email for further information.
VLSB 26-0011 Building 825 Chiller and Boiler Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project aims to replace existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the replacement equipment being provided as government-furnished. This repair is critical for maintaining operational efficiency and ensuring the proper functioning of climate control systems within the facility. Interested contractors must submit their bids by May 14, 2025, with a project magnitude estimated between $250,000 and $500,000, and are encouraged to contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further inquiries.
SAAF & MAAF Airfield Lighting
Buyer not available
The Department of Defense, through the U.S. Army Mission Installation Contracting Command at Fort Bragg, North Carolina, is seeking market research responses for maintenance services and upgrades to airfield lighting and monitoring control systems at Simmons Army Airfield and Mackall Army Airfield. This procurement aims to identify potential suppliers, particularly small businesses, for a Hybrid Firm-Fixed Price Requirements contract that includes Time-and-Materials/Labor-Hour clauses for maintenance services, with a performance period from December 1, 2025, to November 30, 2028. Interested parties are encouraged to submit comprehensive information regarding their capabilities and relevant experience by June 6, 2025, and a pre-solicitation site visit is tentatively scheduled for May 28, 2025, to provide further insights into the project. For inquiries, contact Brandon Vernier at brandon.p.vernier.mil@army.mil or Mary Matthews at mary.e.matthews51.mil@army.mil.
New Construction Rocket Operations and Maintenance Facility
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the construction of a new Rocket Operations and Maintenance Facility at Hurlburt Field Air Force Base in Florida. This project involves site preparation, the construction of a pre-engineered metal building (PEMB) warehouse, and the installation of all necessary utilities and infrastructure to ensure the facility is fully operational. The procurement is set aside for small businesses under the SBA guidelines, emphasizing the importance of this facility for supporting rocket operations and maintenance activities. Interested parties should submit a Statement of Capabilities and can contact Jason Bisbee at jason.bisbee@us.af.mil or Tina Kneip at tina.kneip.1@us.af.mil for further information.