Shade Structure with Canopy - JBSA Randolph
ID: FA301625Q6194Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Textile Bag and Canvas Mills (314910)

PSC

DRAPERIES, AWNINGS, AND SHADES (7230)

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 seeking small business entities to provide services for the removal, disposal, and installation of shade structures at Joint Base San Antonio (JBSA) Randolph, Texas. The project involves demolishing an existing shade structure and installing two new metal structures with canopy covers, adhering to specific safety and quality standards outlined in the draft Statement of Work (SOW). This procurement is crucial for enhancing outdoor facilities at the base, ensuring compliance with safety regulations, and improving the overall environment for personnel. Interested small businesses must respond to the Sources Sought Notice by August 21, 2025, at 3:00 PM CDT, and can direct inquiries to Jaime Martinez at jaime.martinez.9@us.af.mil or by phone at 210-671-1718.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, 502D Air Base Wing, issued a Sources Sought Notice on August 15, 2025, to identify small businesses capable of providing delivery, removal/disposal, and installation of shade structures at JBSA Randolph, TX. This voluntary notice, guided by FAR Part 10, seeks market information from interested and qualified small business offerors under NAICS 314910 (Textile Bag and Canvas Mills), with a 500-employee size standard. Companies are asked to submit responses by August 21, 2025, 3:00 pm CDT, via email to Jaime Martinez. The notice inquires about small business status, socio-economic concerns (8(a), HUBZone, SDVOSB, WOSB), GSA Schedule offerings, and preferred delivery timelines. This is solely for acquisition planning and does not guarantee future contract awards; respondents will not be notified of results.
    This Statement of Work outlines the requirements for a contractor to provide all necessary parts, labor, tools, transportation, supplies, supervision, equipment, materials, and incidentals for the installation of new shade structures at Bldg. 984, 10604 H Street, Randolph AFB, TX 78150. The project includes demolishing an existing 15' X 60' shade structure, installing two new 15'W X 30'L X 8'H metal structures, and attaching two new shade canopy covers. All demoed materials must be removed and disposed of off-site. The contractor is responsible for site safety, adhering to a strict schedule (7:00 AM to 4:30 PM, Monday-Friday, excluding federal holidays), coordinating with 502d CE for passes and work access, and protecting government property. The government will conduct inspections for quality assurance, with all discrepancies requiring correction before final payment. The contractor must maintain a clean work site, dispose of waste properly, and provide a one-year warranty on all materials and workmanship, with longer manufacturer warranties filed with the government. Compliance with base fire regulations, environmental laws, and a pre-work site survey for dimensions and conditions are also mandatory.
    The document details a project at Randolph Air Force Base, specifically targeting the TYMX BLDG 984, known as the Swimmers Bath House. It is part of the Joint Base San Antonio, managed by the 802d Civil Engineer Squadron. The file, identified by Reference Number FSN-48265, includes sections for approvals, descriptions of revisions, and dimensions (8', 60', 30', 12', 4', 4", 15', 6"). Key administrative fields such as "WORK ORDER NUMBER", "CONTRACT NUMBER", "DRAWING CODE", "DATE", and "PROJECT NUMBER" are present, indicating it is a formal government or military engineering or construction document. This suggests a request for proposal or a project plan for renovation or construction within a federal military facility.
    The document outlines the salient characteristics for a cantilever hip roof style shade structure, intended to replace an existing deteriorated one. It details the specific material requirements for structural steel, including ASTM A-500 Grade B and ASTM-A36 compliance for columns, beams, upper structure hoops, and the center hip ridge. Connections must utilize ½” plates, 10” gussets, and specified bolts, nuts, and washers, with columns embedded in reinforced concrete. All steel must be powder or industrially coated for resistance to chemicals, corrosion, and abrasion, meeting UL 1332 standards. Crucially, all field connections must be bolted per ASTM specifications, with no on-site welding permitted.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Demo B6119
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. This project involves the complete demolition of the structure, including the removal of various materials such as concrete slabs, HVAC units, and asbestos-containing materials, with strict adherence to safety and environmental regulations. The successful contractor will be responsible for all aspects of the demolition, including site restoration and compliance with federal, state, and local standards. Interested parties should note that the deadline for quote submissions is December 12, 2025, by 12:00 p.m. (CST), and must direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    NAF Laundry Service JBSA Lackland and Randolph
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    PKA Relocatable Facility
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    Matador Manor Streetlights
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 341st Contracting Squadron, is seeking sources for the removal and replacement of streetlights, poles, and concrete bases at Malmstrom Air Force Base (AFB) in Montana. The project includes the installation of new circuits, conduits, conductors, and connections to existing transformers, with conduits to be installed via directional drilling. This procurement is a 100% Small Business set-aside under NAICS code 237130, with an estimated contract value between $500,000 and $1,000,000, aimed at engaging small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB) as prime contractors. Interested parties must submit their business information, including small business status and Cage Code/UIE, to 1st Lt Alessandra Ramirez by December 9, 2025, to be considered for this opportunity.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    DoD BUS CARRIER APPROVAL By DTMO
    Buyer not available
    The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.