The government contract opportunities enclosed with this email are provided to you by the Maryland APEX Accelerator. If you would like to add or delete search criteria to your custom profile you may contact the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.



DEPT OF DEFENSE, DEPT OF THE ARMY, W7N7 USPFO ACTIVITY WVANG 130, KO FOR WVANG DO NOT DELETE, CHARLESTON WV 25311-1023


Z -- Inspect and Repair Hangar Doors 305, 306, and 308 SOL W50S8V-25-B-0003 DUE 06/16/2025 at 10:00AM -04:00 POC SSgt Jorden McCormick, jorden.mccormick@us.af.mil, tel:3043416206, fax:3043416076 Lt Col Sam Stuck, samuel.stuck@us.af.mil, tel:3043416292, fax:3043416076

Sources Sought Notice 

Inspect and Repair Hangar Doors 305, 306, and 308 

Date Published: 05 June 2025 

Contact: 167th Base Contracting Office, 222 Sabre Jet Blvd, Martinsburg, West Virgnia, 25405, POC SSgt Jorden McCormick, 304-341-6206, jorden.mccormick@us.af.mil or Lt Col Sam Stuck at 304-341-6292, samuel.stuck@us.af.mil  

Synopsis:   Inspect and Repair Hangar Doors 305, 306, and 308 

The purpose of this synopsis is to gain knowledge of potential sources for this project to include interested sources. This notice is for planning purposes only and all interested parties should respond. The 167th Air National Guard Base in Martinsburg, West Virginia intends to issue a solicitation and award a contract.  The proposed work for this project includes a comprehensive inspection of Hangar Doors 305, 306, and 308. The assessment will cover various components, including mullion arrestors, weather stripping on mullions, wind-locks, lifting straps, rollers, wear blocks, limit switches, and dead-man switches. Additionally, the inspection will ensure that the doors operate without undue noise or excessive wear and corrosion. Any missing screws will be identified, and protective buttons will be checked for proper placement. Tears in the outer fabric of the hangar will also be evaluated at the 167th Airlift Wing in Martinsburg, WV.  The North American Industry Classification System (NAICS) code is 236220 and the Small Business Size Standard is $45.0M.  The disclosure of magnitude for this project is between $100,000 and $250,000 IAW FAR 36.204(b).  All firms or interested parties responding must be registered with the System for Award Management (SAM).?  

This notification, which shall not exceed five typewritten pages, must include the following (1) positive statement of intent, (2) completed and signed Sources Sought Information Request Form, and (3) a listing of projects completed during the past three years both from the government and private industry.  The type of project, dollar value, contract number, location and point of contact are to be included. Indicate if you're a prime or subcontractor or previously either one.  If you were a subcontractor provide the name and point of contact for the prime contractor and (4) brief outline of resources, subcontractors, and key personnel that would use to accomplish the contract.? Ensure to respond with your company’s small business category.  

This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

Information shall be provided via email to:  

jorden.mccormick@us.af.mil?and?samuel.stuck@us.af.mil.  

Include the following in the subject line - Sources Sought - W50S8V-25-B-0003.  All interested parties will provide this office, in writing, a notice stating their positive intent to submit a proposal as a prime contractor no later than 16 June 2025: 10:00 AM EST. 

Set-Aside: Total Small Business Set-Aside (FAR 19.5) URL: https://sam.gov/opp/954bb358f5b046e1ab3e5769baffae90/view

OutreachSystems Article Number: 20250606/PROCURE/0452
Matching keyword(s): switche?;