Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2026 SAM #8826
SOURCES SOUGHT

J -- Industrial Specialty Door Inspection, Maintenance and Repair Services

Notice Date
1/23/2026 7:30:11 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
FA441826DOORS
 
Response Due
2/6/2026 11:00:00 AM
 
Archive Date
02/21/2026
 
Point of Contact
SSgt Adrian Martell, Phone: 8439633722, Stephanie R. Woods, Phone: 8439634502
 
E-Mail Address
adrian.martell@us.af.mil, stephanie.woods.7@us.af.mil
(adrian.martell@us.af.mil, stephanie.woods.7@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT: THIS IS NOT A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION FOR PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. Joint Base Charleston anticipates this requirement to remain a total small business set-aside. The North American Industry Classification Systems {NAICS) Code proposed 811310. The size standard for NAICS is $12.5 Million. Purpose: The purpose of this sources sought is to seek out commercial contractor services to provide the 628th Civil Engineer Squadron (CES) with inspection, preventive maintenance, and repair services for various Industrial Specialty Doors located on Joint Base Charleston (JB CHS), South Carolina. Request: The scope of work consists of providing all management, tools, supplies, equipment, labor, transportation, supervision, and any other items and services necessary to perform Inspections, Preventive Maintenance, and Repair Services for various categories of Industrial Specialty Doors for JB CHS as listed in the applicable appendices and in accordance with all applicable laws, regulations, commercial practices, and manufacturer's recommendations and specifications. Attached is a copy of the draft PWS and applicable Appendices. Appendix A identifies doors requiring Preventive Maintenance and Inspections (PMI), and Appendix B identifies doors that will be subject to service calls and repair (note that all doors listed in Appendix A are also included in Appendix B). The contractor is expected to fulfill all responsibilities with a demonstrated emphasis on safety and customer service and is encouraged to use innovative approaches to accomplish PWS requirements in a timely and cost-effective manner. Additional Information: The government is interested in all small businesses including 8(a), Historically Underutilized Business (HUB) Zone, Service-Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, economically disadvantaged women-owned small business (EDWOSB). 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), HUB Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the contractor's responses will factor into any necessary alterations to the PWS. Responses should be submitted electronically to the following e-mail address: adrian.martell@us.af.mil RESPONSES ARE DUE NO LATER THAN 06 February 2026, at 2:00 PM EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5b3275eb64d54fd39f9dc3ab2874c2ff/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN07695886-F 20260125/260123230040 (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!  © 1994-2026, Loren Data Corp.