Repair Fence Refueling Parking Area

Project ID: LAFB251011 FederalOpportunitiesSources Sought
Overview
AgencyAir Education and Training Command
Deadline02/23/26
Posted02/09/26
Estimated Value$500,000 - $1,000,000 (value based on agency estimated range)
Set AsideNone
NAICS236220 - Commercial and Institutional Building Construction
PSCZ2JZ - Repair Or Alteration Of Miscellaneous Buildings
LocationLaughlin AFB, TX 78843 United States
Description
Primary Latest Change

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 LAFB251011 and shall be used to reference any written responses to this source sought. Laughlin Air Force Base 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 NAICS is $45.0M. The requirement is to: Repair by replacing the chain link fence for the Refueling Parking Area. Petroleum, Oils and Lubricants (POL) chain link fence.. The total length of the new fence system is approximately 2,500 Linear Feet (LF), which includes two 20-foot automatic sliding gates, one 12-foot swing gate, two 20-foot swing gates and 5 four-foot personnel gates. All gates shall include barbed wire installation. Statement of Work is attached. Attached Statement of Work is subject to change. The disclosure of magnitude for this project is between $500,000 and $1,000,000. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. NOTE: We are interested in any size business that is capable of meeting this requirement. 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. Contractors are 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. 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. Responses must be submitted electronically to the following e-mail addresses: neo.stamper@us.af.mil and arthur.johnson.9@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN Monday, February 23, 2026 at 1400 CST. Future information about this acquisition, including 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 (Newest Update)

Background Laughlin Air Force Base is considering a requirement for a design-build contract under a small business set-aside program. The purpose of this contract is to repair and replace the chain link fence for the Refueling Parking Area, specifically the Petroleum, Oils and Lubricants (POL) chain link fence. The existing fence does not meet security standards for fuels management, necessitating this project. Work Details The contractor will be responsible for providing all materials, labor, tools, equipment, transportation, and other incidentals necessary to complete the work outlined in the Statement of Work (SOW). Key tasks include: 1. Demolition of the existing POL chain link fence and accessories. 2. Installation of approximately 2,500 Linear Feet (LF) of new fence that meets security standards, including two 20-foot automatic sliding gates, one 12-foot swing gate, two 20-foot swing gates, and five four-foot personnel gates with barbed wire installation. 3. Inspection and repair of motors for automatic sliding gates to ensure proper operation. 4. Removal and replacement of fence signage and electrical conduit/service. 5. Addition of an ADA compliant sidewalk leading to a covered patio and installation of bollards for protection. 6. All materials must adhere to UFGS specifications and manufacturer installation instructions. Place of Performance The work will be performed at Laughlin Air Force Base located in Texas.

Contacts
Contact nameArthur Johnson
Contact emailarthur.johnson.9@us.af.mil
Contact phone(830) 298-4694
Secondary contact nameNeo Stamper
Secondary contact emailneo.stamper@us.af.mil
Secondary contact phone(830) 298-4593
Same Region Opportunities