Hangar Doors Maintenance & Repair
ID: W9124M-25-Q-A012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT STEWARTFORT STEWART, GA, 31314-3324, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF OTHER AIRFIELD STRUCTURES (Z1BZ)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance and repair of hangar doors at Hunter Army Airfield and Fort Stewart, Georgia. The contract requires the contractor to provide all necessary personnel, equipment, and materials to ensure the operational integrity of 177 hangar doors, most of which are over 20 years old, through regular inspections, systematic lubrication, and timely repairs. This maintenance is critical for the safety and efficiency of military operations, as the hangar doors are essential for access to aircraft facilities. Interested HUBZone small businesses must submit their quotes by 4:00 PM Eastern Time on July 14, 2025, via email to the designated contacts, Lacey Turner and Nateisha Magruder, with the solicitation number W9124M-25-Q-A012 referenced in all communications.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for a non-personal services contract related to the maintenance and repair of hangar doors at the U.S. Army Garrison at Hunter Army Airfield and Fort Stewart, Georgia. The contract requires the contractor to provide all personnel, equipment, and materials necessary to fulfill the performance work statement. The solicitation, issued by the Mission and Installation Contracting Command, is a HUBZone set-aside, meaning it is only open to qualified HUBZone small businesses. The response deadline for quotes is July 14, 2025, with submissions accepted only via email. Offerors must adhere to specific submission guidelines and include detailed pricing for multiple line items. Evaluation criteria will focus on technical capability, past performance, and price, with an emphasis on a Lowest Price Technically Acceptable approach. The notice highlights the importance of technical qualifications in providing adequate staffing for the required services and mandates compliance with numerous Federal Acquisition Regulation clauses. A detailed performance work statement and related technical evaluations are included as attachments, indicating the comprehensive nature of the expected services.
    The document outlines specifications for various types of doors used across multiple buildings, detailing their operational mechanisms and heights. It provides a breakdown of the total number of doors categorized into electrically/mechanically operated and manually operated types. Specifically, it lists the counts for doors that roll on tracks and those that are cantilevered, with heights varying between 20 to 70 feet. In total, there are 177 doors under contract across diverse buildings, including a majority that operate electronically and a significant number that are manually operated. The document serves as a technical specification for contractors and suppliers participating in the bidding process for government contracts concerning door installation and management. It emphasizes the structured categorization of door types, vital for maintaining operational efficiency in government facilities. Additionally, a provision for QASP inspections ensures compliance with standards throughout the project lifecycle.
    The Maintenance & Repair Inspection Report outlines procedures for the quarterly inspection and emergency repair of electric powered hanger doors at Buildings 850 and 860. The report includes a checklist of tasks to ensure proper door operation, including verifying limit switches, lubricating components, and inspecting wiring and physical supports. For emergency repairs, the report mandates capturing details such as notification time, nature of the problem, and remedial actions taken, including parts replaced. Any parts exceeding $250 in cost require prior approval, documented in the report, along with a return-to-service confirmation date and notification to the Contracting Officer Representative (COR). Overall, this document serves as a comprehensive guide for maintaining the operational integrity and safety of hanger doors, emphasizing routine maintenance in conjunction with emergency procedures, and ensuring compliance with federal oversight regarding repairs and expenditures.
    The Performance Work Statement (PWS) outlines the non-personal services contract for maintenance and repair of hangar doors at the U.S. Army Garrison at Hunter Army Airfield and Fort Stewart, Georgia. The contractor is responsible for providing all necessary personnel, equipment, supplies, and services to meet maintenance standards consistent with federal, state, and local regulations. Key objectives include ensuring functional access to hangars, compliance with safety protocols, and environmental requirements. The document details service requirements, emergency procedures, quality assurance, and delivery expectations over a five-year contract period. A focus on performance-based results encourages contractors to utilize cost-effective methods while adhering to operational guidelines. The structure integrates sections on climatic conditions, facility access, security measures, training, and reporting protocols, emphasizing the importance of coordination with government representatives and adherence to quality control processes. This PWS serves as a comprehensive guide for contractors seeking to fulfill the maintenance obligations effectively and within regulatory constraints.
    This government document serves as an amendment to a solicitation, outlining mechanics for the receipt of offers, extending submission timelines, and detailing conditions under which offers must acknowledge the amendment. Contractors must respond to the amendment via specified methods, such as including acknowledgment with offers or through separate communications. Additionally, it addresses contract modifications, indicating that all previous terms remain unchanged unless noted otherwise. The amendment also provides answers to submitted questions, clarifying acceptable formats for pricing breakdowns, such as using an Excel spreadsheet for detailed pricing or attaching a supplemental narrative. The document mentions an incumbent contract number for reference. Overall, the purpose is to facilitate clarity and compliance in the proposal submission process while ensuring adherence to federal regulations.
    This document outlines the requirements for a contractor to maintain and repair hangar doors at Hunter Army Airfield and Fort Stewart, Georgia. The contractor is tasked with providing all necessary resources, including personnel and equipment, to ensure the functional integrity of 177 hangar doors, most of which are over 20 years old. Maintenance includes monthly inspections, systematic lubrication, and repairs of both electrically powered and manually operated doors. The contractor must document all maintenance activities and address any operational issues within strict timelines. For repairs exceeding 24 hours, detailed reports must be submitted to the Contracting Officer Representative (COR). The contractor will be responsible for labor and parts costs under $50, with the government reimbursing costs above that threshold upon proper documentation. Emergency repairs, particularly for electrical issues caused by environmental factors, are prioritized, requiring swift responses. This contract emphasizes the importance of thorough inspections, timely documentation, and accountability, ensuring the safety and operational efficiency of hangar door systems critical to military operations.
    The hangar door system at Hunter Army Airfield (HAAF) and Fort Stewart (FS) comprises 177 doors, primarily dating back to the 1940s and 1950s, with 89% over 25 years old and 73% over 70 years. These doors are operated through hydraulic pumps, electric motors, and manual methods, with no significant refurbishment projects conducted since their original construction, aside from routine maintenance. Monthly maintenance includes inspections, limit switch checks, and lubrication. The contractor performs about 350 repairs annually, with 5-10 weekly repair calls, largely involving clutches and chains. Approximately 10% of repair tasks require part fabrication, highlighting the aging infrastructure's ongoing maintenance needs. This document may be relevant to government RFPs and grants aimed at improving or replacing outdated facility infrastructure, emphasizing the necessity for modernization efforts at military installations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Ft. Stewart Base Operation Support Services - Consolidation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide consolidated Base Operations Support Services (BASOPS) at Fort Stewart, Georgia. This procurement aims to merge four existing contracts—covering BASOPS, scales inspection and maintenance, grease trap servicing, and elevator maintenance and repair services—into a single contract valued at approximately $286,566,010.20. This consolidation is part of the Army's initiative to enhance efficiency and standardize services while ensuring maximum participation from small businesses, particularly those eligible under the 8(a) and Small Business (SB) programs. Interested parties can reach out to Jonathon Hecker at jonathon.r.hecker.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil for further information.
    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.
    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.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    15--DOOR,AIRCRAFT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for aircraft doors specifically for the V-22 aircraft. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for the repair of 38 units of the aircraft door, identified by NSN 7R-1560-016040811-V2, with no available drawings or data for alternative sourcing. This contract is crucial for maintaining the operational readiness of the V-22 aircraft, and interested parties must submit their capability statements within 15 days of this notice, with the solicitation expected to be issued on December 26, 2025, and proposals due by January 26, 2025. For further inquiries, interested organizations can contact Jessica T. Grzywna at jessica.t.grzywna.civ@us.navy.mil.
    W912HN26RA003 - Hartwell O/M Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Savannah District, is soliciting proposals for the Hartwell Operations and Maintenance Project (Solicitation W912HN26RA003). This contract aims to provide comprehensive maintenance, repair, and minor construction services for the Hartwell Project, which includes facilities such as campgrounds, dams, and power plants across six counties in Georgia and South Carolina. The selected contractor will be responsible for a range of tasks, including cleaning, landscaping, equipment maintenance, and emergency response, ensuring compliance with federal and Army regulations. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by January 5, 2026, and maintain active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or call 912-652-5619.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is preparing to solicit bids for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project involves a Design-Bid-Build approach and aims to construct a medium standard design hangar along with associated maintenance facilities, which are critical for supporting Combat Aviation Brigade operations and enhancing airfield readiness. The estimated contract value ranges between $100 million and $250 million, with a performance period of approximately 1,186 calendar days. Interested contractors should register as a vendor in the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration with the System for Award Management (SAM). For further inquiries, contact Brett Watanabe at brett.j.watanabe@usace.army.mil or call 808-835-4045.
    JBR050 Aircraft Maintenance Hangar
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Joint Base Elmendorf-Richardson, Alaska. This facility will provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control related to aviation maintenance for the Alaska Army National Guard (AKARNG). The successful contractor will play a crucial role in enhancing the operational capabilities of military aviation through this construction project. Interested parties can reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details regarding the solicitation process.