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
    Description

    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for Hangar Door Maintenance Services at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement aims to secure comprehensive maintenance, inspection, and repair services for hangar doors, ensuring operational readiness and compliance with safety standards. This contract, which is set aside for small businesses, particularly women-owned enterprises, emphasizes the importance of maintaining critical infrastructure for military operations. Interested contractors must submit their proposals by June 20, 2025, and can direct inquiries to 2d Lt Hunter Bailey at hunter.bailey.5@us.af.mil or Ryan Ryea at ryan.rhea.2@us.af.mil for further clarification.

    Point(s) of Contact
    2d Lt Hunter Bailey
    (919) 722-8944
    (919) 722-8944
    hunter.bailey.5@us.af.mil
    Files
    Title
    Posted
    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.
    This document addresses inquiries related to a specific government Request for Proposal (RFP) concerning supplies, materials, and parts pricing arrangements under CLIN 0004. It clarifies that this line item is reimbursable and should not be bid upon, as the maximum limit is set at $7,500. Contractors are instructed to provide a proposal without historical pricing due to uncertainty regarding material costs. Information about individual buildings and specific door dimensions is limited and will only be disclosed post-award to maintain competitive quoting. Contractual details confirm the presence of both roll-up and hangar doors, with a requirement for potential bidders to refer to Page 10 of the Project Work Statement (PWS) for more relevant specifications. Photos will not be provided at this time, indicating a focus on textual descriptions and contractual terms over visual aids. This document outlines the essential requirements and limitations of the bid process while ensuring compliance with federal contracting guidelines.
    The document addresses inquiries related to the Air Force's Request for Proposals (RFP) concerning Supplies, Materials, and Parts Pricing Arrangement as outlined in CLIN 0004. It clarifies that contractors are not to bid on CLIN 0004 since it consists of reimbursable line items for amounts exceeding $500, with a stipulated limit of $7,500. Inquiries about the availability of building numbers and names, dimensions of doors and openings, and the inclusion of operator-equipped doors are noted, with responses indicating that specific details will be provided post-award and are covered in the Performance Work Statement (PWS) on page 10. Additionally, it is stated that no photographs will be shared at this time. The document serves to clarify requirements and expectations for contractors in accordance with government contracting processes, ensuring a clear understanding of the bidding framework and necessary information provision.
    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.
    The performance work statement (PWS) outlines the requirements for inspecting and maintaining hangar doors at Seymour Johnson Air Force Base, NC. The contractor is responsible for providing all necessary management, labor, tools, equipment, and materials while ensuring safety and compliance with applicable standards. Key contractor obligations include designating a contract manager, maintaining a quality control program, and adhering to safety protocols for operations like welding. Work must be completed during regular hours, with provisions for emergency responses. The contractor shall carry out regular preventive maintenance, including inspections, tests, and repairs of hangar door components, ensuring compliance with manufacturer specifications and safety regulations. Documentation of maintenance activities must be kept, detailing service results, technician details, and invoices for parts. Additionally, the contractor must manage the disposal of waste per regulations, address any utility disruptions in advance, and ensure that all work does not impede the facility's operations. The contract stipulates a warranty for workmanship and sets requirements for the acquisition of materials. This PWS underscores the government’s commitment to maintaining operational readiness by ensuring the safety and functionality of essential hangar door systems.
    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.
    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.
    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.
    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.
    The document serves as an amendment to a solicitation, indicating changes to an existing Request for Proposals (RFP) or contract. The main purpose is to update the Questions and Answers document, revise the Performance Work Statement, and extend the submission deadline from May 9, 2025, to June 20, 2025. It outlines the mandatory acknowledgment process for offers, emphasizing that failure to acknowledge receipt of the amendment may lead to rejection of the offer. The amendment also details information regarding contractual modifications, administrative changes, and stipulations for submitting changes to an already submitted offer. Notable updates include the addition of a new Questions and Answers document and a revised Performance Work Statement, while previous versions of these attachments have been removed. This amendment is essential for maintaining clear communication and ensuring all prospective contractors have the most current information related to the solicitation.
    Lifecycle
    Title
    Type
    Hangar Door Maintenance
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    15--DOOR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft doors under the title "15--DOOR, AIRCRAFT." This opportunity involves a firm fixed price spares purchase order, requiring contractors to maintain a quality control system compliant with established military standards and to ensure thorough inspection and documentation of all materials and processes. The goods are critical components for aircraft, emphasizing the importance of quality assurance in defense operations. Interested vendors should note that the solicitation deadline has been extended to December 15, 2025, and can direct inquiries to Helen I. Carmelo at 215-697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    Service Proprietary Hangar 1048 Fabric Doors at NAS Fort Worth
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking a contractor to service proprietary Verifcal Lifting Fabric hangar doors at Building 1048 located at Naval Air Station Fort Worth JRB, Texas. The contractor will be responsible for providing all necessary labor, parts, tools, equipment, materials, and transportation to complete the task, which is structured as a firm fixed price task order under a Federal Supply Schedule contract. This service is crucial for maintaining the operational readiness and safety of airfield structures at the facility. Interested parties can reach out to Eric Smith at eric.c.smith6.civ@us.navy.mil or by phone at 817-782-5274, or contact Jeannette Sale at jeannette.c.sale.civ@us.navy.mil or 817-782-7985 for further details.
    Door Aircraft
    Dept Of Defense
    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.
    Helicopter Hangar Door Parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure helicopter hangar door parts through a firm-fixed-price (FFP) contract. This procurement is justified on a sole source basis under the authority of 13.106-1(b)(1)(i), indicating that the parts are essential for maintaining operational readiness and safety of naval aviation facilities. The contract falls under the category of marine hardware and hull items, highlighting the critical nature of these components in supporting naval operations. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    Helicopter Hangar Door Parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure helicopter hangar door parts through a firm-fixed-price (FFP) contract. This procurement is based on a sole source justification under FAR 13.106-1(b)(1)(i), indicating that the parts are essential for maintaining operational readiness and safety of naval aviation facilities. The goods fall under the category of marine hardware and hull items, highlighting their critical role in the functionality of helicopter hangars. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.