SOURCES SOUGHT
Z -- Renovate Silver Wings B308
- Notice Date
- 2/9/2026 1:07:21 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA3099 47 CONF CC LAUGHLIN AFB TX 78843-5101 USA
- ZIP Code
- 78843-5101
- Solicitation Number
- FA3099-26-Q-1007
- Response Due
- 2/19/2026 12:00:00 PM
- Archive Date
- 03/06/2026
- Point of Contact
- Joselynn Cooper, Phone: 8302985715, Stephanie Richey, Phone: 8302985930
- E-Mail Address
-
joselynn.cooper@us.af.mil, stephanie.richey.3@us.af.mil
(joselynn.cooper@us.af.mil, stephanie.richey.3@us.af.mil)
- 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/de4e1f0f17e44a15b9b910a3d37762b8/view)
- Place of Performance
- Address: Laughlin AFB, TX 78843, USA
- Zip Code: 78843
- Country: USA
- Zip Code: 78843
- Record
- SN07710283-F 20260211/260209230043 (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 |