SOURCES SOUGHT
Z -- 187th MXG Hanger Floor Resurfacing
- Notice Date
- 3/19/2026 9:46:50 AM
- Notice Type
- Sources Sought
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- W7MT USPFO ACTIVITY ALANG 187 MONTGOMERY AL 36108-4824 USA
- ZIP Code
- 36108-4824
- Solicitation Number
- PANNGB-26-P-0000032984
- Response Due
- 4/2/2026 12:00:00 PM
- Archive Date
- 04/17/2026
- Point of Contact
- Douglas Seaton, Phone: 3343947528, Stephen Shanks, Phone: 3343947529
- E-Mail Address
-
douglas.seaton@us.af.mil, stephen.shanks.1@us.af.mil
(douglas.seaton@us.af.mil, stephen.shanks.1@us.af.mil)
- Description
- Sources Sought Notice for Hangar B1201 Top Coat Floor Resurfacing at Montgomery Air National Guard Base, Alabama. 1. Notice and Purpose This is a Sources Sought notice for market research purposes only. This is not a solicitation, Request for Proposal (RFP), or Invitation for Bid (IFB). The U.S. Government is seeking to identify qualified and experienced businesses capable of performing the work described herein. The Government will not award a contract based on this notice, nor will it pay for any information submitted by respondents. Any information provided is voluntary. A solicitation is anticipated to be posted on or about 15 April 2026. 2. Project Description The Air National Guard requires a contractor to resurface the hangar floor in Building 1201 at the 187th Fighter Wing, Dannelly Field Air National Guard Base, Montgomery, AL. The purpose of the project is to increase surface traction for enhanced personnel safety while maintaining durability for heavy wheeled aircraft and support equipment. The general scope of work includes, but is not limited to: Resurfacing approximately 22,275 square feet of existing resinous-coated concrete flooring. Surface preparation of the existing floor to create a suitable profile for recoating, including grinding and cleaning. Full removal to bare concrete is not required. Application of a new multi-layer flooring system consisting of an epoxy coating, a broadcast of aluminum oxide or silica sand aggregate for slip resistance, and a tinted urethane topcoat. The finished floor must achieve a minimum wet static coefficient of friction (SCOF) of 0.60 per ANSI/NFSI B101.1 and meet specified performance requirements for adhesion, chemical resistance (aviation fluids Skydrol and JP-8, JP-4, Jet-A), and abrasion. Reinstallation of all line striping and safety markings upon completion. The contractor must provide a minimum five (5) year warranty covering the bond of the new coating system and workmanship. The period of performance is estimated to be 60 calendar days after the notice to proceed. 3. Information Requested from Interested Parties Interested and capable parties are requested to submit a Capability Statement package. The submission should be concise, well-organized, and demonstrate the company's ability to perform this work. Please include the following in your response: A. Company Information: Company Name and Address Unique Entity Identifier (UEI) Number and CAGE Code Company Point of Contact (Name, Title, Phone Number, and Email Address) B. Business Status: A statement of your company's business size status under NAICS code 238330 (e.g., Small Business, 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone, Woman-Owned Small Business (WOSB), etc.). C. Capability Statement (5-page limit): Relevant Experience: Provide at least two (2), but no more than four (4), examples of projects of similar size, scope, and complexity completed within the last five (5) years. For each project, include the project title, location, contract value, a brief description of the work, and a customer point of contact. Projects should ideally include industrial or aviation hangar floor coating systems. Technical Approach: Briefly describe your understanding of and capability to meet the key performance requirements outlined in the SOO, including slip resistance (SCOF 0.60), adhesion (350 PSI pull-off strength), and chemical/abrasion resistance standards. Warranty: Confirm your company's ability to provide the required five (5) year warranty. Security: Confirm your ability to perform work on a controlled-access military installation and comply with all security and badging requirements. 4. Submission Instructions Responses must be submitted electronically via email to douglas.seaton@us.af.mil & stephen.shanks.1@us.af.mil. The subject line of the email should read: �Sources Sought Response for Hangar B1201 Floor Resurfacing � [Company Name]�. Responses are due no later than 02 April 2026 at 2:00 PM Central Time. The Capability Statement shall not exceed five (5) pages. Marketing materials beyond the requested information are not desired. 5. Disclaimer This Sources Sought notice is for informational and planning purposes only and 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 results of this market research will be used to determine the appropriate acquisition strategy for a future procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1de21079594346d495f2df7b2b7973f6/view)
- Place of Performance
- Address: Montgomery, AL 36108, USA
- Zip Code: 36108
- Country: USA
- Zip Code: 36108
- Record
- SN07751619-F 20260321/260319230053 (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 |