Skip to content
Department of Defense

Hangar Door Repair

Solicitation: FA460826QS005
Notice ID: 3c530d7dc12d49608b10f8424abe39bd
TypeSolicitationNAICS 238290PSCJ059Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateLAPostedFeb 18, 2026, 12:00 AM UTCDueFeb 27, 2026, 10:00 PM UTCCloses in 3 days

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: LA. Response deadline: Feb 27, 2026. Industry: NAICS 238290 • PSC J059.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA460826QS005. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.

12-month awarded value
$1,634,381
Sector total $33,290,444,816 • Share 0.0%
Live
Median
$107,581
P10–P90
$12,454$525,191
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,634,381)
Deal sizing
$107,581 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for LA
Live POP
Place of performance
Fort Johnson, Louisiana • 71110 United States
State: LA
Contracting office
Barksdale Afb, LA • 71110-2438 USA

Point of Contact

Name
SSgt Tyler Parsons
Email
tyler.parsons.3@us.af.mil
Phone
3184569725
Name
Thomas Hutchins
Email
thomas.hutchins.2@us.af.mil
Phone
3184563729

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4608 2 CONS LGC
Contracting Office Address
Barksdale Afb, LA
71110-2438 USA

More in NAICS 238290

Description

*Amendment 04

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 9:00 AM CST on Friday, 06 Febuary 2026.

Quotes are due no later than 4:00 PM CST on Wednesday, 18 Febuary 2026.  

The following attachments are applicable to this RFQ:

Attachment 1 - Provisions and Clauses
Attachment 2 - Performance Work Statement (PWS), Dated 13 January 2026
Attachment 3 - Wage Determination
Attachment 4 - Drawings, Dated 13 January 2026
Attachment 5 - Addendum

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

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.