Vertical Lifting Fabric Hangar Doors Maintenance and Repair Services
ID: FA448425R0015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the 87th Contracting Squadron at Joint Base McGuire-Dix-Lakehurst, New Jersey, is seeking proposals for maintenance and repair services of vertical lifting fabric hangar doors. The procurement aims to establish a Firm Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, which will cover an initial performance period from October 1, 2025, to September 30, 2026, with four additional one-year options. These services are crucial for ensuring the operational integrity and safety of hangar doors, which play a vital role in aircraft maintenance and operations. Interested small businesses, particularly those classified as economically disadvantaged women-owned small businesses, must submit their proposals electronically by the specified deadline and can direct inquiries to the primary contact, Adam Donofrio, at adam.donofrio@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for the maintenance and repair of Vertical Lifting Fabric Hangar Doors (VLFHD) at Joint Base McGuire-Dix-Lakehurst. The contractor is responsible for providing all necessary management, tools, and labor for annual preventative maintenance, inspections, repairs, and certifications in compliance with applicable regulations and safety standards, ensuring operational reliability of the doors. Key services include regular inspections covering components such as control boxes, safety features, and motors, with specific procedures for minor and major repairs detailed. Minor repairs under $100 are the contractor's responsibility, while repairs costing between $100 and $2,500 require written estimates for approval, and amounts exceeding $2,500 must be authorized directly by the Contracting Officer. Documentation of all maintenance activities and repairs is mandatory, along with certification of chain hoists to meet safety standards. The contractor must also be prepared to respond to service calls within 24 hours. The document emphasizes adherence to safety protocols, environmental compliance, and the professionalism of contractor personnel. Overall, this statement establishes a framework to ensure the continued safe operation of the hangar doors at the base, reflecting a methodical approach to managing government facility maintenance contracts.
    The Performance Work Statement outlines the requirements for the preventative maintenance and repair of Vertical Lifting Fabric Hangar Doors at Joint Base McGuire-Dix-Lakehurst. The contractor is responsible for providing all necessary management, tools, equipment, and labor to ensure continuous safe operation. Key tasks include annual inspections, testing, repairs, and certifications compliant with OSHA and various safety standards. The contractor must document all maintenance activities and respond to service calls within specified timeframes. Minor repairs under $100 are covered by the contractor, while major repairs require prior authorization and detailed cost estimates. The government will provide utilities and security services, while the contractor must comply with environmental laws and maintain safety measures. The document emphasizes the need for professionalism, employee identification, and adherence to base regulations, highlighting its critical role in supporting the base’s operational integrity and safety standards. This work statement serves as guidance for potential contractors in understanding obligations and expectations associated with the RFP for maintenance services.
    This Performance Work Statement (PWS) outlines the provisions for the preventative maintenance and repair of Vertical Lifting Fabric Hangar Doors (VLFHD) at Joint Base McGuire-Dix-Lakehurst, New Jersey. The contractor is responsible for all management, tools, supplies, and labor needed to ensure the doors operate safely in compliance with federal, state, and local regulations. The PWS includes annual preventative maintenance, inspection, repairs, and certification of the hangar doors and their components. Key responsibilities include timely inspections, scheduled maintenance, and immediate response to service calls. Minor repairs (under $100) are absorbed by the contractor, while major repairs (from $100 to $2,500) require estimates and approval from the Contracting Officer Representative (COR) or Contracting Officer (CO). Detailed record-keeping and reporting are mandatory, as is the adherence to standards set by the Occupational Safety and Health Administration (OSHA) and industry specifications. The document also delineates government-supplied services necessary for contract performance, security measures, and safety protocols. Overall, the PWS aims to ensure a reliable and compliant operation of essential maintenance services for VLFHD, integral to the base's functionality.
    The document outlines the procedures regarding urgent healthcare provisions for contractor employees working on Joint Base McGuire-Dix-Lakehurst (JBMDL). It states that the 87th Medical Treatment Facility (MTF) can provide urgent medical care for injuries incurred during duty but emphasizes that such costs will not be covered by the MTF, Air Force, or the government. Contractors are responsible for paying these medical costs, which will be billed by the facility. If contractors cannot pay at the time of treatment, they will receive a statement of charges for their medical services. It is also required that these employees quickly inform their medical insurance companies about the treatments to facilitate payment. This statement will be included in all relevant solicitations and contracts, ensuring clarity about the responsibilities of contractor employees concerning medical treatment on JBMDL.
    The document outlines wage determinations under the Service Contract Act (SCA) by the Department of Labor, focusing on wage and fringe benefit requirements for contractors in specific New Jersey counties. Key provisions include minimum wage rates based on Executive Orders 14026, mandating at least $17.75 per hour for contracts awarded or extended after January 30, 2022, and Executive Order 13658, requiring at least $13.30 per hour for relevant contracts between January 1, 2015, and January 29, 2022. The document details specific wage rates for various occupations, including administrative support, automotive services, health care roles, and more, alongside fringe benefits such as health and welfare, vacation, and holidays. Additionally, it emphasizes compliance with paid sick leave guidelines and includes a conformance process for unlisted job classifications. The document serves as critical guidance for federal contractors, ensuring fair compensation and working conditions in accordance with federal labor standards, reflecting the government's commitment to workforce rights and employer accountability.
    The document details Wage Determination No. 2015-4195 issued by the U.S. Department of Labor under the Service Contract Act. It establishes minimum wage and fringe benefit requirements for federal contracts in New Jersey (specifically Monmouth and Ocean Counties). For contracts awarded on or after January 30, 2022, the minimum wage is $17.75 per hour, while contracts before that date maintain a minimum of $13.30 per hour unless listed wage rates are higher. Various occupational classifications are detailed, listing corresponding wage rates and specifying benefits such as health and welfare, paid vacation, and holidays. Special conditions, including safety pay differentials and uniform allowances, are also outlined. Additionally, the document includes directives for unlisted job classifications requiring conformance to established wage rates and conditions. This wage determination is significant for complying with labor standards in federal contract work, ensuring fair compensation and benefits for service workers. The document emphasizes the importance of maintaining worker protections and rights under federal law, making it vital for prospective contractors and subcontractors in the federal procurement process.
    The document is a Past Performance Questionnaire issued by the 87th Contracting Squadron for evaluating a contractor’s previous and current performance related to the maintenance and repair of Vertical Lifting Hangar Doors at Joint Base McGuire-Dix-Lakehurst, New Jersey. It requests input from a designated point of contact about the contractor’s performance across various criteria, including the quality of service, management, and timeliness. Respondents are asked to rate the contractor on a scale from 1 to 5, covering aspects like the competence of personnel, adherence to contract deliverables, and management effectiveness. Additionally, the questionnaire seeks to ascertain if the contractor has a satisfactory track record and whether they would be awarded future contracts. The comprehensive performance assessment aims to guide decision-making for government contracts by evaluating past performance against established criteria. This evaluation approach aligns with standard government RFP and grant processes to ensure accountability and quality in contract fulfillment.
    The document pertains to Solicitation FA448425R0015, which addresses a government opportunity requiring potential bidders to inquire about specific service needs and technical specifications. One notable question addresses whether Corrosion Prevention, Control, and Repair (CPAC/R) services are needed, with a reference to a pertinent section in attachment J-4 UFGS 08 34 16.20_Aug 2024 for guidance. Additionally, an inquiry regarding the height of the highest door opening at a hangar is explicitly answered, indicating it is 65 feet. The responses highlight critical project details that bidders must consider when preparing their proposals, ensuring alignment with technical requirements and site specifications. This solicitation is part of the federal government's efforts to procure services that meet defined standards, emphasizing attention to detail in questions and specifications outlined in government RFPs.
    The "Safety Guide for Civilian Contractors" at Joint Base McGuire-Dix-Lakehurst outlines essential safety regulations and guidelines to ensure a safe working environment for contractors engaged in construction or services. It mandates compliance with OSHA standards and emphasizes the contractor's responsibility to provide proper safety training and report any mishaps immediately. The document details common violations such as failure to wear seat belts, excessive vehicle speeds, and improper handling of hazardous materials like asbestos and unexploded ordnance. It stresses the importance of following specific procedures for outdoor operations, traffic control, and safe operation of heavy machinery. Special attention is drawn to safety precautions during severe weather, the need for hot work permits, and requirements for personnel operating motorcycles. This guide underscores the critical nature of adhering to safety protocols for the protection of both contractor personnel and government property, reflecting the larger commitment to workplace safety found in government contracts and RFPs.
    The Department of the Air Force Manual 91-203 outlines mandatory safety, fire protection, and health standards for Air Force personnel, including uniformed members and civilians. This manual is rooted in Air Force Policy Directive 91-2 and the Occupational Safety and Health Administration (OSHA) regulations, ensuring safe working environments across various operations. It provides comprehensive guidelines on roles and responsibilities, compliance with regulations, and documentation requirements, such as job hazard analyses and training protocols. The document has been revised to reduce redundancy, consolidate information, and clarify procedures related to fall protection, fire prevention, and workplace safety. Specific chapters address general work procedures, emergency response, equipment safety, and hazardous material management. The manual emphasizes accountability at all levels, detailing the need for commanders and supervisors to reinforce safety programs, compliance, and employee training while maintaining a healthful workplace. Overall, DAFMAN 91-203 serves as a crucial regulatory framework guiding safety practices and operations within the Department of the Air Force, underscoring its commitment to employee protection and compliance with federal standards.
    The document outlines the Unified Facilities Guide Specifications (UFGS) for vertical lift fabric doors, primarily prepared by NAVFAC. It serves as a comprehensive guideline for the design, materials, installation, and operational performance of these doors in military and federal constructions. Key design requirements include structural integrity to withstand various loads, including wind pressures, and ensuring operational speed and weight specifications. The specifications emphasize a minimum maintenance-free operation of three years or 1,500 cycles and adherence to quality assurance protocols for manufacturers and installers. Cybersecurity measures are also mandated for control systems involved in door operations. Furthermore, the document addresses additional design considerations for hazardous locations and the need for backup operation capabilities during power failures. The overall purpose is to standardize construction practices and enhance safety, performance, and sustainability in federal projects involving vertical lift doors, reflecting the military's commitment to high operational standards. The guidelines encapsulate a thorough approach to engineering and safety, ensuring that all components meet rigorous testing and qualification standards.
    The document outlines the solicitation FA448425R0015 by the government, seeking proposals for a firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contract period includes one base year and four optional years, emphasizing a complete and self-sufficient proposal that adheres to submission instructions. Offerors must submit two parts: a price proposal and a past performance information section, highlighting relevant contracts within the last five years. The government anticipates adequate price competition but may request additional data if necessary. All proposals must be submitted electronically via specified emails or hand-carried to the designated address, ensuring compliance with visitor control procedures. Joint ventures and teaming arrangements require specific agreements to outline responsibilities and performance. Offerors are responsible for costs incurred during proposal preparation, and the document stipulates evaluation based on quality of past performance, emphasizing customer satisfaction metrics. Overall, adherence to the solicitation requirements is critical for eligibility in the award process.
    Solicitation FA448425R0015 outlines the evaluation criteria for awarding contracts under a competitive acquisition process using Tradeoff procedures, as specified in FAR Part 15.101-1. The government seeks the most qualified offerors who can meet or exceed requirements at a reasonable price, emphasizing past performance significantly more than price. Proposals will be assessed for compliance with administrative requirements before evaluating past performance and pricing. A proposal must be deemed acceptable and demonstrate a solid performance confidence assessment to receive an award. The evaluation will consider recent and relevant past performance, categorized by relevance ratings to gauge their similarity to the solicitation's requirements. The contracting officer has the discretion to reject unreasonable offers and determine contractor responsibility, ensuring only capable vendors are awarded contracts. Price evaluations will be ranked, and the lowest compliant offer will only be awarded if it exhibits substantial confidence in its past performance. This structured approach ensures a fair assessment process aimed at obtaining optimal value for the government while managing associated risks effectively.
    This pamphlet from the Joint Base McGuire-Dix-Lakehurst Antiterrorism Office outlines the essential role contractors play in maintaining security on the base as part of the Global War on Terrorism. Contractors are identified as "Force Multipliers," tasked with observing their surroundings and reporting any suspicious activity. Key indicators of potential threats include unfamiliar persons or vehicles, surveillance behaviors, and attempts to access sensitive information or materials. Types of suspicious activities emphasized include surveillance, elicitation, security tests, acquiring unauthorized supplies, and signs of potential terrorist planning. Contractors are urged to remain vigilant, take note of their surroundings, and report issues immediately to security forces, providing clear details about the situation. The document concludes with essential contact information for emergencies and reporting suspicious activities, reinforcing the goal of collective vigilance and preparedness among all personnel on the base to promote safety and security.
    The Antiterrorism Guide for Contractors, issued by the Department of the Air Force, outlines critical measures to protect personnel and assets at Joint Base McGuire-Dix-Lakehurst (JB MDL). It defines terrorism and antiterrorism, emphasizing the need for contractors and subcontractors to adhere to Department of Defense (DoD) security protocols. Contractors must provide their personnel with information regarding JB MDL's Antiterrorism Program and ensure strict control over personnel and vehicles. The guide encourages contractors to complete DoD-approved Antiterrorism Level I Training and highlights the importance of reporting suspicious activities through designated security hotlines. Key details on what constitutes suspicious behavior and guidelines for reporting are included, stressing the importance of vigilance. The guide serves as a comprehensive resource to foster a secure environment, ensuring contractors actively participate in safeguarding against potential terrorist threats while fulfilling their contractual obligations. Overall, the document is integral for aligning contractor actions with federal antiterrorism strategies and enhancing safety at military installations.
    The document outlines contractor security protocols for access to Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. All contractors and vendors must complete criminal history checks and obtain an Installation Access Pass prior to entry. This process, managed by the Welcome Center, ensures thorough background verification without cost to the contractor. The specifics include different requirements based on the duration of access, highlighting that checks must be redone for contracts exceeding one year. Additionally, contractors are mandated to maintain an Entry Authority List (EAL), providing details on personnel requiring access, while ensuring compliance with security protocols. Visitors and vehicles also face stringent validation procedures before being granted access, with particular attention to contractors working in restricted areas. Non-U.S. citizens must present valid work documentation and undergo further vetting. Free zones may be established to facilitate contractor work in restricted areas, under strict oversight to maintain security integrity. Violation of access protocols may lead to debarment from JB MDL. This comprehensive approach emphasizes JB MDL's commitment to security while facilitating contractor operations within regulatory frameworks.
    The Women-Owned Small Business (WOSB) solicitation invites proposals for the maintenance and repair services of Vertical Lift Fabric Hangar Doors at Joint Base McGuire-Dix-Lakehurst, New Jersey, as outlined in the Performance Work Statement (PWS). The contracting strategy involves a single award for a Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contract spans five years, comprising a 12-month base period and four one-year options, with an estimated value of $12,500,000. Offerors must comply with specific proposal instructions found in relevant attachments and are required to have an active registration in the System for Award Management (SAM). The solicitation is tailored for small businesses, specifically those classified as economically disadvantaged women-owned small businesses, thus exempting them from submitting a subcontracting plan. A site visit is scheduled to allow potential offerors to assess requirements firsthand. Questions must be directed to specified government contacts by a set deadline and adhere to prescribed protocols for proposal submission. This solicitation aligns with U.S. government efforts to empower small businesses through targeted contracting opportunities, particularly for WOSB.
    The document is an amendment to a federal solicitation, indicating adjustments related to the receipt of offers and contract modifications. It specifies that the deadline for acknowledging receipt of the amendment is mandatory prior to the designated hour and date. Instructions are provided for how contractors can confirm their acknowledgment. Notably, it allows for changes to previously submitted offers via written or electronic means as long as they are referenced adequately. Furthermore, the amendment outlines revisions to the Performance Work Statement, replacing previous versions with an updated attachment that amends specific paragraphs. This amendment continues to uphold all other terms and conditions established in the original solicitation or previous amendments. A point of contact is included for further queries, reinforcing effective communication within the contracting process. The overall purpose is to ensure clarity in the bidding process and update contractors on recent modifications to project requirements while maintaining compliance and transparency in federal contracting protocols. This document epitomizes the structured approach taken by government entities to manage solicitation amendments efficiently.
    The document outlines an amendment related to a solicitation for a government contract, specifically detailing changes to the solicitation and offering requirements. The amendment extends the deadline for submitting offers and requires acknowledgment of this amendment through specified methods to ensure submissions are not rejected. It lists essential administrative details, including contract numbers and contact information for the contracting officer, Adam Donofrio. The main purpose of the amendment is to upload an attachment (J-14 Questions and Answers) relevant to the solicitation, while affirming that all other terms and conditions remain unchanged. This amendment serves to inform potential contractors about updates critical for compliance and participation in the bidding process, reinforcing transparency and clarity in the acquisition process.
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    15--DOOR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of an aircraft door, specifically NSN 1560-01-702-4224. The requirement includes a quantity of one unit to be delivered to the FB2039 DD Depot in Oklahoma, with a delivery timeline of five days after award. This procurement is critical for maintaining operational readiness and support for military aircraft, ensuring that essential components are available for maintenance and repair. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    15--DOOR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of aircraft doors, specifically NSN 1560-01-702-4224, with a requirement for three units to be delivered to the DLA Distribution Depot in Oklahoma within 171 days after order placement. This procurement is critical for maintaining operational readiness and support for military aircraft, ensuring that essential components are available for ongoing defense operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all responsible sources may participate in this opportunity. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    DOOR, ACCESS, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of "DOOR, ACCESS, AIRCRAFT" (NSN: 1560-01-008-5440 FL), specifically a right-hand outboard cove lip door made of aluminum. This acquisition is set aside for small businesses under NAICS code 336413, with a size standard of 1,250 employees, and requires a minimum of 25 and a maximum of 75 units, with a current required quantity of 49. The procurement emphasizes the importance of First Article Approval, necessitating contractors to submit a First Article Test Report, Certificate of Compliance, and Material Certification, with production contingent upon government approval of the first article. Interested parties should contact James Maynard at james.maynard.6@us.af.mil or call 730-321-2262 for further details regarding the solicitation process.