Opportunity
SAM #W50S8G26B0001
Repair and Upgrade of Building 1064 at Kirtland Air Force Base
Buyer
USNGB SFO Activity NMANG 150
Posted
April 20, 2026
Respond By
May 01, 2026
Identifier
W50S8G26B0001
NAICS
238190, 236220, 236210, 238160, 238220, 238210, 238320
This opportunity seeks qualified sources for a comprehensive repair and upgrade project at Building 1064, Kirtland Air Force Base, New Mexico. - Government Buyer: - W7NQ USPFO ACTIVITY NMANG 150, under the National Guard Bureau and Department of Defense - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Products/Services Requested: - Repair and upgrade of a 10,265 sq. ft. facility - Interior and exterior finish repairs, including patching, painting, ceiling tile, and floor replacement - Selective area alterations for improved operations - Replacement of roofing system with a 30-year PVC roof - HVAC system repairs - Electrical system updates to meet safety requirements - Replacement of lighting with energy-efficient systems and controls - Restroom repairs with water-efficient fixtures - Door and seal repairs; replacement of overhead doors with insulated sectional and roll-up doors - Fire suppression system repairs - Parking lot and driveway reconstruction, drainage improvements - Removal of irrigation and grass areas; installation of xeriscape landscaping - Unique/Notable Requirements: - 30-year PVC roofing system - Energy-efficient lighting and controls - Water-efficient restroom fixtures - Xeriscape landscaping for water conservation - No specific products, part numbers, or purchase quantities are listed
Description
The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Small Business sources. This notice is for planning purposes only. All interested parties should respond. The New Air Mexico National Guard, Kirtland Air Force Base, New Mexico intends to issue a solicitation, an Invitation for Bid (IFB), and award of a contract to Upgrade Building 1064. The work for this requirement to include but not limited to:
Repair of administration and shop area finishes through patching and painting surfaces, replacing ceiling tiles, replacing floor finishes, and altering selective areas to improve operations. Replace roofing system with 30-year PVC roof. Repair HVAC system to meet the new functions. Repair interior and exterior electrical systems to current safety requirements, replace existing lighting with energy efficient lighting and controls. Repair restrooms to include surfaces and fixtures with water efficient systems. Repair doors and door seals. Replace overhead doors with insulated sectional and roll up doors. Repair the fire suppression system. Full depth reconstruction of parking lot and driveway. Reconstruct drainage drop inlets and water pathways to improve drainage. Remove irrigation and grass areas, install xeriscape to all areas. The size of the building is 10,265 square feet.
The Revolutionary Federal Acquisition Regulation Overhaul Part 36 no longer authorizes the disclosure of magnitude of construction projects as of 1 February 2026. All interested concerns will provide this office, in writing via email, a notice stating their positive intent to participate in the IFB as a prime contractor no later than the date of this announcement.
This notification shall not exceed five typewritten pages and must include:
(1) positive statement of intent to bid as a prime contractor,
(2) a completed and signed Source Sought Information Request Form, attached to this announcement, and
(3) A listing of projects completed during the past five years, both for government and private industry. The type of project, dollar value, Contract number, location, and Point of Contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor.
(4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract.
In the event adequate Small Business firms are not available for adequate competition for this project, it may be advertised as unrestricted. Information shall be provided via email to: David Best at david.m.best.civ@army.mil, Michael Dixon at michael.d.dixon82.civ@army.mil, and SMSgt Edwin Widgeon at edwin.widgeon@us.af.mil.
Include the following in the subject line of email, Sources Sought W50S8G26B0001. No facsimile responses will be honored.