Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2025 SAM #8794
SOURCES SOUGHT

49 -- Hangar Door Plug

Notice Date
12/22/2025 8:01:35 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA4497 436 CONS LGC DOVER AFB DE 19902-5016 USA
 
ZIP Code
19902-5016
 
Solicitation Number
FA4497DoorPlug
 
Response Due
1/7/2026 10:00:00 AM
 
Archive Date
01/22/2026
 
Point of Contact
Christine Parsons, Phone: 3026772185, Victoria Barra, Phone: 3024455032
 
E-Mail Address
christine.parsons.1@us.af.mil, victoria.barra@us.af.mil
(christine.parsons.1@us.af.mil, victoria.barra@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a sources sought. The purpose of this is for market research purposes only. No proposals are being requested nor will they be accepted as a result of this snyopsis. The United States Air Force, Dover Air Force Base (DAFB), DE has been tasked to identify potential sources, market capabilities and market conditions that have the capability to fulfill a requirement at DAFB. The contractor shall provide: -An inflatable hangar door plug system for Hangar 714 North for a C-17 Aircraft. The required plug must create an effective thermal and weather seal around the fuselage of a C-17. The system must be installed on the existing hangar doors of Building 714 North using a bolt-on, corrosion resistant aluminum rail system (Keder rail). The plugs edges shall feature a reinforced Keder seam for secure retention in the rail. Installation of the rail must not interfere with normal hangar door operation. - Fabric: The inflatable body shall be constructed from a high-strength, lightweight, fire-retardant (FR) technical fabric. The material must be resistant to puncture, UV degradation, and common aviation fluids including fuel, oil, and hydraulicl. - Rails: The Keder rails shall be made of high-grade, corrosion-resistant aluminum. -- The inflation system shall fully inflate the plug in under three (3) minutes. - The plug shall operate effectively in a temperature range of -22�F to 158�F (-30�C to 70�C). - The fully installed system must withstand wind loads of up to 50 MPH without damage or deflation. - Fabric must meet or exceed NFPA 701 standards for fire retardancy. - The inflation blower must be electrically safe (110V AC), guarded, and include a pressure relief valve to prevent over-inflation. - The contractor shall provide a minimum 12-month warranty covering all parts and labor for material defects and workmanship. - The delivered system must be a complete kit, including: - Inflatable Door Plug - Electric Blower (110V AC) - All required Keder rails and mounting hardware - A durable storage bag - An on-site repair kit for minor punctures - Laminated, weatherproof installation and re-packing instructions. Reimbursements will not be made for any cost associated with providing information in response to the sources sought or any follow-up information request. The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of members of both the Small Business Community, to include Section 8(a), Historically Underutilizes Business Zones (HUBZone), Service Disabled VeteransOwned Small Business (SDVOSB), and Economically Disadvantaged Women Owned Small Business's (EDWOSB) to compete for this requirement. Any information received will be reviewed for informational purposes. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. The Government must determine and ensure there is adequate competition among the potential pool of interested, capable companies. Responses are to be emailed to SSgt Christine Parsons at christine.parsons.1@us.af.mil and or Victoria Barra at victoria.barra@us.af.mil Responses are due on 7 January 2026 at 1:00 E.S.T. Negative responses are not required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ffe4c1a41b774f8eaeab1deffaf863b2/view)
 
Place of Performance
Address: DE 19902, USA
Zip Code: 19902
Country: USA
 
Record
SN07673193-F 20251224/251222230040 (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.