Overhead Door Replacement Bldg. 190
ID: W50S8525QA006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NF USPFO ACTIVITY MIANG 127SELFRIDGE ANGB, MI, 48045-5213, USA

NAICS

Metal Window and Door Manufacturing (332321)

PSC

BUILDING COMPONENTS, PREFABRICATED (5670)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting bids for the replacement of an overhead door at Building 190, Selfridge Air National Guard Base in Michigan. The project entails the complete removal and installation of a 12-foot wide by 14-foot tall insulated rolling steel door, which must include vision lights, wind locks, and a galvanized cowl/hood, with the contractor responsible for all associated tasks, including painting to match existing colors. This procurement is crucial for maintaining the facility's operational integrity and aesthetic consistency, with a total small business set-aside designation to encourage participation from small businesses. Interested contractors should note that a site visit is scheduled for April 9, 2025, and must submit a base access request form to the primary contact, David Brown, at david.brown.39@us.af.mil, prior to the visit. Funding for the contract is anticipated to be available by September 30, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 24, 2025, 1:50 PM UTC
The solicitation for the replacement of the overhead door at Building 190 of Selfridge ANG Base outlines the purchase and installation requirements for a new rolling steel door. The door must measure 12 feet wide by 14 feet tall, be insulated with vision lights and wind locks, and match the color of the existing door, necessitating a site visit for proper matching. Additional specifications include a galvanized cowl/hood, a 115V right-side drive operator complete with wiring by the contractor, and a new operation switch that operates with constant pressure down. The contractor must remove all seals, supply necessary equipment for the replacement, and ensure proper disposal of all materials, except for the old operator, which will be returned to the government upon project completion. This request underscores the government’s intention to maintain and upgrade infrastructure effectively while ensuring compliance with operational standards at the facility.
Apr 24, 2025, 1:50 PM UTC
The document pertains to the Request for Information (RFI) regarding the replacement of overhead doors for Building 190, labeled as W50S8525QA006. A key inquiry within the RFI concerns whether the painting of the doors is to be handled separately or included in the contractor's responsibilities. The response clarifies that painting will be the contractor's duty, and there will be no separate order for that service. This document highlights the scope of work expected from the contractor, emphasizing the all-inclusive nature of tasks related to the door replacement project. The focus is on ensuring the contractor understands their responsibilities without the need for additional procurement orders for painting services.
Apr 24, 2025, 1:50 PM UTC
The document pertains to the replacement of overhead doors at Building 190, specifically addressing inquiries related to the painting requirements as outlined in the Request for Information (RFI). It confirms that the contractor is responsible for painting the doors, with no separate order necessary for this task. Contractors have the flexibility to paint the doors prior to installation, which may optimize time and resources. Additionally, both sides of the door must be painted, with a color closely matching the existing paint. These responses provide clarity on the contractor's responsibilities and timelines, ensuring compliance with project specifications and enhancing the overall aesthetic of the installation. This file is a part of the overall government procurement process, focusing on the specifications and contractor obligations for federal projects.
Apr 24, 2025, 1:50 PM UTC
The document outlines specifications related to the replacement of overhead doors at Building 190, detailing contractor responsibilities regarding painting. Contractors are required to paint the doors themselves, although this task can be completed prior to installation, which facilitates project scheduling. The painting must match the existing colors as closely as possible, with both sides of the door receiving the appropriate finish. The preferred color for the door is unofficially termed “Creech Brown,” and the paint must comply with both exterior and interior properties, with a flat finish being typical for military buildings. This RFI reflects the guidelines and expectations set by the government for contractors to ensure conformity with existing aesthetics, standards, and operational needs. It is essential for compliance and uniformity within federal facility projects.
Apr 24, 2025, 1:50 PM UTC
Apr 24, 2025, 1:50 PM UTC
The document provides a solicitation for a contract related to the replacement of an overhead door at Building 190, Selridge ANG Base, under the Women-Owned Small Business (WOSB) program. Key elements include a requisition number, item specifications for the door replacement, contractor obligations, and a detailed outline of the products and services required. The contractor must supply all materials, remove the old door, and install a new rolling steel door with specific features, including wiring and seals. The contract emphasizes compliance with various federal regulations and includes specific clauses related to payment, inspection, and reporting requirements. It indicates that partial payments are not authorized for contracts below certain thresholds and establishes terms around delivery timelines and the invoicing process. The document also integrates various Federal Acquisition Regulation (FAR) clauses to ensure accountability and compliance within the procurement process. Overall, this solicitation illustrates the government's approach to acquiring specialized services while promoting participation from women-owned businesses in federal contracts.
Apr 1, 2025, 1:05 PM UTC
Apr 24, 2025, 1:50 PM UTC
The document outlines the requirements for the replacement of an overhead door at Bldg. 190, detailing specifications for both the door and its operator. The replacement door must be a 12’W x 14’T rolling steel, insulated door featuring vision lights and wind locks, with a color match to existing doors. The cowl/hood is required to be galvanized, and the new operator must be a 115V, right side drive system that is to be wired by the contractor. Furthermore, all seals (bottom, sides, and top brushes) must be replaced, and the contractor is responsible for providing all necessary equipment for the door removal and installation. Proper disposal of material off-base is mandated, except for parts of the existing operator which will be reused. This request for proposal (RFP) reflects government procurement standards for facility maintenance and highlights the importance of compliance with specific technical and operational requirements in service contracts. The objective is to ensure safety, functionality, and aesthetic consistency in governmental facilities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Garage Door Replacement, Colebrook River Lake, Colebrook, CT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotations for the replacement of four garage doors at the Colebrook River Lake Project Office in Colebrook, CT. The project involves removing existing doors and installing new insulated aluminum garage doors with electric remote openers, while ensuring compliance with all federal, state, and local regulations, including safety standards and the development of an Accident Prevention Plan. This initiative is part of broader efforts to enhance the operational integrity of critical infrastructure facilities. Interested vendors must submit their proposals by May 1, 2025, and ensure they have an active registration in SAM.gov; for further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
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.
CSS 89308 - Replace Doors, Windows, and Vestibule
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking a contractor to replace windows, doors, and vestibules in support of the 99th Readiness Division. This procurement will involve a total small business set-aside and requires the contractor to provide all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, with a size standard of $45 million. The solicitation number W15QKN-25-R-A080 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and interested parties should monitor the site for updates and the actual due date for proposals. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
Hangar Door Maintenance
Buyer not available
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.
Overhead Door Repair/Replace for Fort Drum, NY
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for a Blanket Purchase Agreement (BPA) for Overhead Door Repair/Replacement on Fort Drum, NY. This service is used for repairing and replacing overhead doors in various buildings on Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238290. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.
99--DOOR WT IND 24X30
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of a Door WT IND 24X30, identified by NSN: 2040 LLCMC2703, in accordance with reference numbers 167-6926162 ASSY28 LOW HINGE and LH5167610 ASSY28 LOW HINGE. The contract requires the contractor to provide a firm fixed price for the item, with specific stipulations regarding military packaging, bar coding, and government-source inspection and acceptance. This procurement is critical for maintaining operational readiness and ensuring the availability of necessary components for naval operations. Interested vendors should submit their quotes, including their CAGE code and procurement details, to Olivia Snyder at olivia.snyder2@navy.mil or by phone at 717-605-4614, with the understanding that the solicitation is no longer set aside for small businesses.
Bldg 82 Replace Overhead Coiling Grille and Security Grate
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting quotes for the replacement of the overhead coiling grille and security grate at Building 82 in Keyport, Washington. This project involves a firm-fixed-price construction contract exclusively set aside for small businesses, with an estimated value between $25,000 and $100,000. The work is critical for enhancing security and operational efficiency at the facility, and contractors must comply with various safety, environmental, and performance standards throughout the project. Interested parties should submit proposals by the specified deadline and direct inquiries to Michelle Farrales or James Wasson via email, with the target award date set for July 16, 2025.
POL Gate Renovation
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the renovation of the POL Gate at the 139th Airlift Wing in St. Joseph, Missouri. This project, designated as ULYB242020, is a total small business set-aside with a construction budget ranging from $25,000 to $100,000, requiring contractors to demolish the existing gate and install a new motorized cantilever gate with a digital keyless entry system, while adhering to strict safety and environmental regulations. The contract duration is set for 180 calendar days post-notice to proceed, and interested bidders must register with SAM.gov and submit their proposals by April 30, 2025. For further inquiries, contractors can contact Joshua R. Zachariah at joshua.zachariah.2@us.af.mil or Adam D. Danner at adam.danner.1@us.af.mil.
Repair of Two (2) HySecurity StrongArm (M50) Vehicle Gates
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to repair two HySecurity StrongArm (M50) vehicle gates at Fort Drum, NY. The procurement requires contractors to adhere to the specifications outlined in the Performance Work Statement and associated documents, which detail the necessary repairs and compliance with applicable FAR and DFARS clauses. These gates are critical for maintaining security and access control at military installations. Interested small businesses must submit their quotes electronically via the PIEE Solicitation Module, with all submissions managed by a designated Proposal Manager. For further inquiries, contractors can contact Mary Summerlin at mary.e.summerlin3.civ@army.mil or Jeffery Frans at jeffery.l.frans.civ@army.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.