Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2026 SAM #8810
SOLICITATION NOTICE

J -- Hangar Door Repair

Notice Date
1/7/2026 12:53:22 PM
 
Notice Type
Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
FA4608 2 CONS LGC BARKSDALE AFB LA 71110-2438 USA
 
ZIP Code
71110-2438
 
Solicitation Number
FA460826QS005
 
Response Due
1/22/2026 2:00:00 PM
 
Archive Date
02/06/2026
 
Point of Contact
SSgt Tyler Parsons, Phone: 3184569725, Thomas Hutchins, Phone: 3184563729
 
E-Mail Address
tyler.parsons.3@us.af.mil, thomas.hutchins.2@us.af.mil
(tyler.parsons.3@us.af.mil, thomas.hutchins.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is FA460826QS005 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-06) as of 01 October 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 238290. The small business size standard is 22M people. Contracting Office Address: Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (AFB), Louisiana (LA), 71110, United States (US). DESCRIPTION/PURPOSE: This requirement is for the repair of hangar door number two of the five-door Vertical Lifting Fabric Hangar Doors (VLFHD) located at Barksdale Air Force Base Louisiana (AFB) in accordance with Attachment 1-Provisions and Clauses, Attachment 2 � Performance Work Statement (PWS), Dated 05 January 2026 and Attachment 3 � Wage Determination. PLEASE PROVIDE INFORMATION BELOW: COMPANY: _______________________________________________ DATE: ________________________ SAM UEI: ____________________________________________ CAGE NUMBER: _______________________ POC:__________________________________________ TELEPHONE #: ____________________________ E-MAIL ADDRESS: ____________________________________ TAX ID #: __________________________ Do you have capacity to invoice electronically through WAWF? (Yes / No) Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. IMPORTANT (MUST READ): 1.This solicitation is subject to the Federal Acquisition Regulation (FAR). Quoters should carefully reviewthe attached Wage Determination. While the Wage Determination may contain language referencing theimplementation of Executive Order 14026 (Increasing the Minimum Wage for Federal Contractors), theapplication of Executive Order 14026 and its implementing regulations under this contract are governed bythe FAR. As of the date of this solicitation, Federal Acquisition Regulation FAC Number 2025-06, effective October 1 2025, has not issued any amendments to FAR clause 52.222-55. Therefore, FAR clause 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026, as currently in effect under the FAR, will be incorporated into any resulting contract. Although Executive Order 14026 has been rescinded, implementing language and regulations rescinding FAR 52.222-55 have not been issued. Therefore, FAR 52.222-55 remains in full force and effect until formally modified or rescinded through the FAR. Quoters are responsible for understanding and complying with all applicable FAR clauses, including, but not limited to, FAR clause 52.222-55, as currently in effect. Any inconsistency between the attached Wage Determination and the requirements of FAR clause 52.222-55 shall be resolved in favor of the FAR clause. By submitting a quote in response to this solicitation, the quoter acknowledges and agrees to the terms and conditions set forth in this information. 2.The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions andevaluation information, please see attachment 1. Quotes shall be submitted in electronic format and emailed to tyler.parsons.3@us.af.mil than the solicitation due date and time. Email is the required method; however, it is the contractor�s responsibility to follow up with the listed POC to ensure their quote was received on time. Since the Government anticipates award will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response. BEST VALUE DETERMINATION: Award will be based on price/technical to determine best value. IMPORTANT DATES AND TIMES: A site visit will be held at 1:00 PM CST on Thursday, 15 January 2026. Interested parties must RSVP no later than Wednesday, 14 January 2026 (If no RSVP is received by this deadline, the site visit will be canceled) Questions will be due no later than 12:00 PM CST on Friday, 16 January 2026. Answers will be posted on or around 4:00 PM CST on Tuesday, 20 January 2026. Quotes are due no later than 4:00 PM CST on Thursday, 22 January 2026. The following attachments are applicable to this RFQ: Attachment 1 - Provisions and Clauses Attachment 2 - Performance Work Statement (PWS), Dated 05 January 2026 Attachment 3 - Wage Determination Points of Contact (POCs): Contract Specialist: SSgt Tyler Parsons 318-456-9725 tyler.parsons.3@us.af.mil Contracting Officer: Thomas Hutchins 318-456-3729 thomas.hutchins.2@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d4f6012e14a942a38b06fce7bce289e9/view)
 
Place of Performance
Address: Barksdale AFB, LA 71110, USA
Zip Code: 71110
Country: USA
 
Record
SN07679500-F 20260109/260107230031 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.