Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2026 SAM #8885
SOURCES SOUGHT

Z -- Repair Roof Aerospace Physiology, B380

Notice Date
3/23/2026 11:50:31 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
FA3099 47 CONF CC LAUGHLIN AFB TX 78843-5101 USA
 
ZIP Code
78843-5101
 
Solicitation Number
FA3099-26-Q-1009
 
Response Due
3/31/2026 1:00:00 PM
 
Archive Date
04/15/2026
 
Point of Contact
SSgt Ian Monis, Phone: 8302984190, Joselynn Cooper, Phone: 8302985715
 
E-Mail Address
ian_jenne_sai.monis@us.af.mil, joselynn.cooper@us.af.mil
(ian_jenne_sai.monis@us.af.mil, joselynn.cooper@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. Reference Number: FA3099-26-Q-1009 (Use this in all communications) Requirement: Repair Roof of Aerospace Physiology, B380, at Laughlin AFB, TX. NAICS Code: 238160, Roofing Contractors Size Standard: $19 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: Tuesday, March 31st, 2026 3:00PM CST Submission Emails: Ian Monis, SSgt, USAF Contracting Officer ian_jenne_sai.monis@us.af.mil Joselynn Cooper, A1C, USAF Contract Specialist joselynn.cooper@us.af.mil 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 238160. The size standard for this NAICS is $19M. The purpose of this project is to provide all labor, equipment and materials to design and construct a new approximately 9500 total square foot ethylene propylene diene monomer (EPDM) roof system to replace the existing roof that has deteriorated on Building 380. Work will include, but is not limited to, removal of existing roofing system, flashing, trim, and removal of abandoned penetrations and inspection/repair of decking as appropriate. 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 the interest, capability, and socio-economic category of potential sources. All interested firms must submit a capabilities package that is brief, concise, and clearly demonstrates an ability to meet the stated requirements. The response must not exceed 5 pages and should include the following: 1. Company Information: A brief description of your company's business size (i.e., annual revenues and employee size). Business status (i.e., 8(a), HUBZone, SDVOSB, WOSB, VOSB, or Small Business). 2. Relevant Experience: A description of similar services offered to the Government and to commercial customers. Three (3) past performance references, including current contact information and contract number for each. 3. Teaming & Subcontracting Strategy: Clearly delineate any teaming and/or subcontracting arrangements. Provide the anticipated percentage of effort to be subcontracted. State whether small or large businesses will be used as subcontractors. Include details on previous experience in teaming. 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. Future information about this acquisition, including the issuance of a solicitation 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ea88e55a21b542f9ad6eb38f0b94e498/view)
 
Place of Performance
Address: Laughlin AFB, TX 78843, USA
Zip Code: 78843
Country: USA
 
Record
SN07753700-F 20260325/260323230037 (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.