Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2025 SAM #8763
SOURCES SOUGHT

J -- Joint Base Charleston AGE Equipment Paint Services

Notice Date
11/21/2025 6:32:17 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441826Q0001
 
Response Due
12/12/2025 2:00:00 PM
 
Archive Date
12/27/2025
 
Point of Contact
Morgan Hart, Phone: 8439638973, Matthew Michel
 
E-Mail Address
morgan.hart.1@us.af.mil, matthew.michel@us.af.mil
(morgan.hart.1@us.af.mil, matthew.michel@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SOURCES SOUGHT: This notice is not a request for quotations; it�s a request for information for market research 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. The Notice ID is FA441826Q0001 and shall be used to reference any written responses to this source sought. Joint Base Charleston anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The size standard for the NAICS is $12,500,000. The requirement is to provide 437 MXS Aerospace Group Equipment (AGE) Flight with surface preparation and painting of 375 pieces of AGE equipment at Joint Base Charleston over a five-year time period. The Contractor shall provide all labor, materials equipment, and transportation necessary to perform the work in accordance with all applicable federal, state, and local regulations, as well as the specifications outlined in the attached Performance Work Statement (PWS). The objective of the work is to ensure that the support equipment is in a serviceable condition and free from excessive corrosion or damage. The contractor shall inspect equipment surfaces for excessive corrosion/damage prior to commencing work and notify AGE Flight of any unserviceable items. The contractor shall also remove and replace damaged parts and apply a full primer coat and a full finish coat of polyurethane to equipment. Paint Performance: The primer will be Coating, Primer, Epoxy, Corrosion Inhibiting, Lead and Chromate Free, MIL-DTL-53022, Class L, Type IV, 8010-01-589-7077 KT (GL). The topcoat shall be a polyurethane gloss gray, 26173 Gray, Semi-Gloss, MIL-PRF-85285, Type IV, Color per SAE-AMS-STD-59, 8010-01-621-3102 KT (2 QT) 8010-01-621-3056 KT (2 GL) IAW TO 35-1-3. A draft Performance Work Statement (PWS) and Inventory lists are attached. Comments, Feedback and questions are encouraged. 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), 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. We are interested in any size business that is capable and interested in this requirement. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services in accordance with the attached PWS. 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. 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 provide information regarding any minimum size job or maximum size job your firm would be capable and interested in performing if under contract for these services. E.g., If under an indefinite delivery contract, what would be the minimum size work order you would want to accept? What would the maximum size work order you would want to accept? Include in your capabilities package your Company Name, Point of Contact Information including phone number, email address, SAM UEI, and Cage Code. 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 may be submitted electronically to the following e-mail address: morgan.hart.1@us.af.mil and matthew.michel@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 5:00PM on 12 December 2025. Attachments: Draft Performance Work Statement AGE Equipment Inventory
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4367394a4064461685eee911abd43ac3/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN07649401-F 20251123/251121230039 (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.