Repair ADA Compliant Doors B1904
ID: FA480325RS005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 qualified contractors to repair ADA-compliant doors at Building 1904, Shaw Air Force Base, South Carolina. The project involves replacing two exterior doors, which includes removing existing hardware, installing new metal doors with standard hardware, and ensuring compliance with federal and state construction standards. This repair work is crucial for maintaining accessibility and safety standards within the facility. Interested vendors must submit a capability statement by 2:00 p.m. EST on February 7, 2025, to the designated contacts, SrA Margret Ogbuozobe and SSgt Christon Reed, with no costs incurred in responses being reimbursed.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document details a project, VLSB 25-0013, focused on repairing ADA-compliant doors at Building 1904. The scope includes replacing two exterior doors, requiring the removal of existing hardware, installation of new metal doors with standard door hardware, and ensuring compatibility with present conditions. The contractor must adhere to various federal and state construction standards, ensuring all work aligns with specified guidelines. Key responsibilities include protecting existing facilities, managing hazardous waste disposal, and maintaining a professional appearance during renovations. The contractor is also obligated to provide a one-year warranty on materials and workmanship, document existing conditions before starting work, and submit daily reports including photographic evidence. Permitting is the contractor's responsibility, ensuring compliance with applicable regulations. The project emphasizes coordination with on-base operations to minimize disruption and mandates the avoidance of asbestos and lead-based paint issues. The document serves as a comprehensive statement of work outlining critical requirements and expectations for contractors undertaking the repair project.
    The document is a Sources Sought Notice from Shaw Air Force Base (AFB), aimed at conducting market research for potential vendors capable of fulfilling requirements in commercial and institutional building construction, specifically under NAICS code 236220. The notice emphasizes that it is not a request for proposals but rather a means to gather information on market capabilities. Interested parties are invited to submit a capability statement, socioeconomic status, expected magnitude, and contact details, with a response deadline of 2:00 p.m. EST on February 7, 2025. The solicitation results will not determine vendor qualifications for any future requests, signaling the exploratory nature of this notice. Vendors are also alerted that no costs incurred in responses will be reimbursed. Upon subsequent release of a formal solicitation, more detailed requirements will be communicated. The responses should be sent electronically to designated contacts listed in the notice, highlighting the collaborative aim of sourcing potential contractors for projects at Shaw AFB, SC.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Family Camp Recreational Vehicle Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Family Camp Recreational Vehicle Parking Expansion project at Shaw Air Force Base in South Carolina. The objective is to construct 14 additional RV parking spaces, including the installation of an asphalt drive, electrical systems, water and sewer connections, and other related infrastructure as outlined in the Statement of Work. This project is significant for enhancing recreational facilities for military personnel and their families, reflecting the Air Force's commitment to supporting service members. Interested small businesses must prepare for a site visit scheduled for February 7, 2025, and submit bids by April 7, 2025, with all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil.
    Hangar Doors Maintenance & Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors for maintenance and repair services of hangar doors at Hunter Army Airfield and Fort Stewart in Georgia. The contract, structured as a non-personal services arrangement, requires the contractor to provide all necessary personnel, supplies, and equipment to ensure compliance with federal, state, and local regulations, while maintaining operational access for personnel and aircraft. This opportunity is critical for sustaining the functionality of military infrastructure, emphasizing the importance of safety and adherence to manufacturers' specifications. Interested parties should contact Lacey Turner at lacey.m.turner2.civ@army.mil or Sheung Li at sheung.c.li.civ@army.mil for further details, as this procurement is set aside for small businesses under the SBA guidelines.
    Removal of Space Saver Shelves B1941
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal and disposal of Space Saver Shelves located in Building 1941 at Shaw Air Force Base in South Carolina. This procurement aims to secure a firm fixed price contract, estimated at $34 million, and is set aside for Women-Owned Small Businesses (WOSB) under the Requisition Number FA480325Q0014. The project emphasizes compliance with federal regulations regarding safety, environmental standards, and the proper handling of hazardous materials, ensuring that contractors meet specific representations and certifications. Interested bidders should contact Kishauna Goodman at kishauna.goodman@us.af.mil or Joseph Nemedy at Joseph.Nemedy.1@us.af.mil for further details and to confirm submission deadlines.
    Sources Sought Announcement - Door Locks - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential suppliers for door locks required for the renovation of Sijan Hall at the U.S. Air Force Academy in Colorado. The procurement aims to gather market insights for door lock products that comply with Yale brand specifications, as part of a larger design-bid-build construction project valued between $100 million and $250 million, with an estimated budget for door locks ranging from $60,000 to $90,000. This renovation project is critical for ensuring modern safety and operational standards while minimizing disruption to ongoing activities at the facility. Interested vendors must submit their capabilities statements by 12:00 p.m. Central Time on March 5, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil, with all submissions treated as confidential.
    Electronic Door Locks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of electronic door locks at Fort George Meade, Maryland. The project involves retrofitting 73 dormitory doors from hard key locks to electronic key card systems, along with replacing two main entrance keypad locks, requiring contractors to supply all necessary hardware, software, and training for personnel. This initiative is crucial for enhancing security measures within the facility and ensuring compliance with federal standards, particularly emphasizing participation from Women-Owned Small Businesses (WOSBs). Interested contractors must submit their quotes by February 6, 2025, and can contact SrA Kristopher Kostenko at kristopher.kostenko@us.af.mil or 228-377-8596 for further details.
    USCG Station South Padre Island Door Replacement
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the replacement of access doors and related hardware at the Coast Guard Station in South Padre Island, Texas. The project involves replacing five double doors and their components, ensuring compliance with safety standards and minimizing disruptions to regular operations. This procurement is crucial for maintaining the operational readiness and integrity of the facility, with a firm-fixed price contract expected to be awarded based on the lowest price/technically acceptable methodology. Interested vendors must submit their quotes by 3:00 PM CST on February 12, 2025, to Jeremy Lundberg at jeremy.l.lundberg@uscg.mil, and are required to adhere to the wage determination guidelines outlined in the attached documents.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.
    15--DOOR,ACCESS,AIRCRAF, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft access doors. The contractor will be responsible for overhauling, upgrading, repairing, testing, and inspecting the specified items to ensure they meet operational standards, with a focus on returning them to a Ready for Issue (RFI) condition. This procurement is critical for maintaining the functionality and reliability of aircraft components, which are essential for national defense operations. Interested contractors can reach out to Jaclyn Dooling at 215-697-2530 or via email at jaclyn.dooling@navy.mil for further details regarding the solicitation process.
    Repair Airfield Parking Ramp PH III
    Buyer not available
    The Department of Defense, through the 628th Contracting Squadron at Joint Base Charleston, South Carolina, is seeking qualified contractors for the Repair Airfield Parking Ramp Phase III project. This procurement involves milling and overlaying asphalt at nine aircraft parking spaces, along with the application of new pavement markings, joint resealing, and various concrete repairs, with an anticipated performance duration of 140 calendar days. The project is critical for maintaining operational readiness and safety at the airfield, with a projected contract value ranging from $1,000,000 to $5,000,000 under NAICS Code 237310 for highway, street, and bridge construction. Interested parties must submit their capabilities packages by February 7, 2025, and can direct inquiries to Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil.
    Sources Sought | 100% Design Repair of Building 501 Mission Planning Cell
    Buyer not available
    The Department of Defense, through the 436th Contracting Squadron at Dover Air Force Base, is seeking qualified architecture and engineering firms for a contract focused on the 100% design repair of Building 501, which serves as a Mission Planning Cell. The project entails creating comprehensive architectural plans, updating HVAC systems with humidity controls, enhancing communication and electrical systems, and designing controlled access areas. This initiative is critical for ensuring operational readiness and safety at the facility, with an estimated contract value ranging from $500,000 to $1,000,000. Interested firms must submit a capability statement detailing their qualifications by 2 p.m. (EST) on February 11, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract consideration. For further inquiries, contact Princess Rivera at princess.rivera.1@us.af.mil or TSgt TeAnte Cain at teante.cain@us.af.mil.