Skip to content
Department of Defense

Renovate Silver Wings B308

Solicitation: FA3099-26-Q-1007
Notice ID: de4e1f0f17e44a15b9b910a3d37762b8
TypeSources SoughtNAICS 236220PSCZ2FDDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateTXPostedFeb 09, 2026, 12:00 AM UTCDueFeb 19, 2026, 08:00 PM UTCExpired

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Feb 19, 2026. Industry: NAICS 236220 • PSC Z2FD.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$26,070,792,736
Sector total $33,095,080,127 • Share 78.8%
Live
Median
$412,000
P10–P90
$0$99,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.8%
share
Momentum (last 3 vs prior 3 buckets)
+74624%($26,001,107,360)
Deal sizing
$412,000 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 TX
Live POP
Place of performance
Laughlin AFB, Texas • 78843 United States
State: TX
Contracting office
Laughlin Afb, TX • 78843-5101 USA

Point of Contact

Name
Joselynn Cooper
Email
joselynn.cooper@us.af.mil
Phone
8302985715
Name
Stephanie Richey
Email
stephanie.richey.3@us.af.mil
Phone
8302985930

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR EDUCATION AND TRAINING COMMAND
Office
FA3099 47 CONF CC
Contracting Office Address
Laughlin Afb, TX
78843-5101 USA

More in NAICS 236220

Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

The Reference number is FA3099-26-Q-1007 and shall be used to reference any written responses to this source sought.

Laughlin Air Force Base, Texas, anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 236220. The size standard for this NAICS is $39.5M.

The purpose of this project is to design and renovate the existing Silver Wings restaurant within Building 308 (B308) and the adjacent hallway flooring to increase operational efficiency of the restaurant to meet current mission demands. Work will include, but is not limited to, design and renovation of kitchen area, dining area, and hallway. The general design requirement associated with this project shall be in accordance with the Statement of Work (SOW). A DRAFT SOW can be found in attachments to this notice.

The Source Selection strategy for this procurement is undetermined at this time.

When responding, please include in your capabilities package your Unique Identification Code, Cage Code, System for Award Management expiration date, and any other supporting documents.

Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.

All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.

Responses may be submitted electronically to the following e-mail addresses: stephanie.richey.3@us.af.mil and joselynn.cooper@us.af.mil.

RESPONSES ARE DUE NO LATER THAN Thursday, 19 February 2026.

Future information about this acquisition, including the issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

Summary of Key Information for Potential Offerors:

Reference Number: FA3099-26-Q-1007 (Use this in all communications)

Requirement: Design and Renovate the existing Silver Wings restaurant and adjacent hallway flooring within Building 308 at Laughlin AFB, TX.

NAICS Code: 236220, Commercial and Institutional Building

Size Standard: $39.5 Million

Business Status: The Government is interested in all Small Businesses that are capable of meeting this requirement, including 8(a), HUBZone, SDVOSB, WOSB, VOSB, and general Small Businesses.

Submission: Submit a capabilities package (5-page limit) with the requested information.

Deadline: Thursday, 19 February 2026.

Submission Emails: stephanie.richey.3@us.af.mil and joselynn.cooper@us.af.mil

Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Feb 14, 2026
Executive summary

The Department of the Air Force is conducting a Sources Sought for the design and renovation of the Silver Wings restaurant and adjacent hallway flooring within Building 308 at Laughlin AFB, Texas. Responses are due by February 19, 2026, and must include company capabilities and past performance references to aid in determining a small business set-aside. The anticipated NAICS code for this project is 236220, with a size standard of $39.5 million.

What the buyer is trying to do

The buyer is seeking interested vendors that can design and renovate the existing Silver Wings restaurant and adjacent areas to improve operational efficiency and meet current mission demands.

Work breakdown
  • Design renovation of the kitchen area
  • Renovate the dining area
  • Improve hallway flooring
  • Adhere to the Statement of Work requirements
Response package checklist
  • Capabilities package not exceeding 5 pages
  • Unique Identification Code
  • Cage Code
  • SAM expiration date
  • Three past performance references with contact info
  • Team arrangements with effort percentages
Suggested keywords
Design renovationBuilding 308Silver Wings restaurantSources SoughtSmall business set-aside
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific details on the DRAFT Statement of Work available
  • Total project budget or funding availability
  • Evaluation criteria for submissions
  • Projected completion timeline for the renovation
  • Any special requirements for proposal submissions

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.