Sources Sought Announcement - Door Locks - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
ID: W9128F25SM022Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Hardware Manufacturing (332510)

PSC

HARDWARE, COMMERCIAL (5340)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential suppliers for door locks required for the renovation of Sijan Hall at the U.S. Air Force Academy in Colorado. The procurement aims to gather market insights for door lock products that comply with Yale brand specifications, as part of a larger design-bid-build construction project valued between $100 million and $250 million, with an estimated budget for door locks ranging from $60,000 to $90,000. This renovation project is critical for ensuring modern safety and operational standards while minimizing disruption to ongoing activities at the facility. Interested vendors must submit their capabilities statements by 12:00 p.m. Central Time on March 5, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil, with all submissions treated as confidential.

    Files
    Title
    Posted
    The document outlines the specifications for door hardware as part of the Repair Sijan Hall project at the U.S. Air Force Academy, CO, under project number XQPZ 180101PA. It details the categories of mechanical and electronic hardware required for both swinging doors and electronic access control systems. The supplier is responsible for verifying existing conditions prior to installation and ensuring compliance with various regulatory standards, including those related to fire safety and accessibility. Excluded items include windows, signage, and cabinets unless specified. Related sections of the project cover finishing, sealants, and electrical connections. Comprehensive guidelines are provided for the submission and approval of manufacturer details, product data, and shop drawings, emphasizing the importance of quality assurance and qualifications for suppliers and installers. The document stresses adherence to industry standards and proper installation techniques, including field verification and necessary adjustments. The purpose of this document is to ensure that the door hardware installed meets specific operational and safety standards while also addressing unique project requirements, thereby supporting efficient and secure access within the facility upon completion.
    The U.S. Army Corps of Engineers, Omaha District, has issued a Sources Sought notice to identify potential suppliers for door locks during the renovation of Sijan Hall at the U.S. Air Force Academy, Colorado. This initiative aims to gather market insights for procurement that may include both specifications and potential brand name Justification and Approval targeting a construction project valued between $100 million and $250 million, with door locks estimated at $60,000 to $90,000. The renovation will occur in phases, ensuring minimal disruption to ongoing operations while incorporating modern systems compliant with DoD standards, such as energy management and fire protection. Suppliers are urged to provide capabilities documentation demonstrating their products' compatibility with Yale brand requirements, addressing maintenance, and repair aspects. The anticipated contract will not stand alone for the door locks, as the government seeks a single construction contract. Interested vendors must submit their capabilities statements by March 5, 2025, to be considered, with strict confidentiality protocols for proprietary information. This Sources Sought serves as preliminary market research rather than a solicitation for proposals.
    Similar Opportunities
    DON/AA FSSD DOOR LOCKING HARDWARE
    Buyer not available
    The Department of the Navy, specifically the Assistant for Administration (DON/AA), is seeking to procure FEDSTA 2807B high security locks to enhance the protection of classified spaces and containers in accordance with Federal Specification FF-L-2740B. This procurement is critical for ensuring compliance with security standards as evaluated by the DoD Lock Program, which was established to oversee the testing and evaluation of such security hardware. Interested vendors can reach out to George D. Bozadjian at george.d.bozadjian.civ@us.navy.mil or by phone at 703-693-0193 for further details regarding this opportunity, which is based in Washington, DC.
    Building 254 Roll-Up Door #2
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a roll-up door for Building 254 at Little Rock Air Force Base in Arkansas. This procurement is classified as a sole source requirement, indicating that the goods are essential and can only be provided by a specific supplier, as detailed in the attached justification document. The roll-up door is a critical component for maintaining operational efficiency and security at the facility. Interested parties can reach out to Ryan Wagner at ryan.wagner.10@us.af.mil or by phone at 501-987-3842 for further information regarding this opportunity.
    Door Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified suppliers for the procurement of aircraft doors, specifically the main landing gear door for the B-2 aircraft. The contract involves the supply of two units of the door, identified by NSN 1560013674794FW, with specific dimensions and material requirements, and is scheduled for delivery by February 7, 2028. This procurement is critical for maintaining the operational readiness of the B-2 aircraft, and interested parties must submit their proposals by January 16, 2026, with further inquiries directed to Genevee Suba at genevee.suba@us.af.mil.
    6350--Additional Door Hardware for Physical Access Control System (PAC)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 16, is seeking qualified contractors to provide installation services for additional door hardware as part of the Physical Access Control (PAC) system at the Michael E. DeBakey VA Medical Center in Houston, TX. The project aims to enhance physical security by adding card access capabilities to four doors within the Domiciliary Residential and Rehabilitation Treatment Program facility, requiring contractors to supply labor, materials, equipment, and transportation for the installation of additional controllers. This Sources Sought Notice serves as market research to identify potential contractors who are authorized distributors for ACRE and certified to work on the existing DNA Fusions open options system. Interested parties must submit their responses by December 8, 2025, and direct any questions to Contract Specialist Eugene Jackson at eugene.jackson2@va.gov by December 2, 2025.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Door, Access, Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of aircraft access doors, specifically the Door, Access, Aircraft (NSN: 1560-01-008-5440). The contract will involve the supply of a total line-item quantity of 49 units, with a minimum order of 25 and a maximum of 75 units, along with additional line items for other related components. These doors are critical for providing access during maintenance and ensuring a smooth surface during flight, with specifications indicating they are made of aluminum and steel. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP) is December 12, 2025, with a closing date of January 12, 2026. For inquiries, potential bidders can contact James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    15--DOOR,AIRCRAFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft doors under the title "15--DOOR, AIRCRAFT." This opportunity involves a firm fixed price spares purchase order, requiring contractors to maintain a quality control system compliant with established military standards and to ensure thorough inspection and documentation of all materials and processes. The goods are critical components for aircraft, emphasizing the importance of quality assurance in defense operations. Interested vendors should note that the solicitation deadline has been extended to December 15, 2025, and can direct inquiries to Helen I. Carmelo at 215-697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    ICBM - Door, Launcher, Personnel Access
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is conducting a Sources Sought notice for the procurement of a Door, Launcher, Personnel Access, identified by NSN 1440-01-541-3667 and P/N 3037-1050-94. The primary objective of this notice is to gather market research to identify potential sources capable of fulfilling the agency's requirements and to enhance competition by improving access to acquisition information for small businesses. This procurement is critical for maintaining the operational readiness of guided missile systems, with an estimated quantity of 15 units required by January 4, 2027. Interested parties are encouraged to submit capability statements or proposals to Travis Bodily at travis.bodily@us.af.mil, as the government does not intend to contract based on this request nor pay for any information solicited.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Overhead Door Repair/Replace for Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for a Blanket Purchase Agreement (BPA) for Overhead Door Repair/Replacement on Fort Drum, NY. This service is used for repairing and replacing overhead doors in various buildings on Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238290. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.