Automatic Doors Maintenance at Edwards, AFB CA
ID: A048244Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9301 AFTC PZIOEDWARDS AFB, CA, 93524-1185, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Air Force Test Center (AFTC), is soliciting proposals for the maintenance and repair of automatic doors at Edwards Air Force Base, California. The contract requires the contractor to provide all necessary supervision, equipment, tools, labor, and supplies to repair and replace automatic door components across multiple buildings, ensuring compliance with safety and ADA standards. This procurement is critical for maintaining operational efficiency and safety at the base, with a total award amount of approximately $22 million and a performance period from January 30, 2026, to September 30, 2026. Interested vendors must submit their quotes by January 9, 2026, and direct any inquiries to Contract Specialist Alejandra Negrete at alejandra.negrete@us.af.mil or Contracting Officer Eric Romero at eric.romero.11@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, FA930126Q0004, is for Women-Owned Small Businesses (WOSB) and focuses on automatic door maintenance and standalone repairs at Edwards Air Force Base, California. The Request for Proposal (RFP) details a total award amount of USD 22,000,000.00 under NAICS code 238290. The project involves various repairs across multiple buildings (145, 1020, 1199, 1600, 1610, 1830A, 2200, 2665, 3000, 4505, 5210, 5232), including replacing and installing door components such as headers, operators, controllers, arms, tie rods, load wheels, and sensors. All listed items specify a Firm Fixed Price arrangement. The solicitation also outlines inspection, acceptance, and delivery schedules, with a performance lead time of 211 calendar days from the date of award. Inspection and acceptance will occur at Edwards AFB, with Shanna Robinson as the contact for these actions. The overall purpose is to procure necessary parts and labor for the repair and maintenance of automatic doors at the specified government facility.
    This Statement of Work (SOW) outlines the requirements for automatic door maintenance at Edwards Air Force Base, California. The contractor must provide all necessary supervision, equipment, tools, labor, and supplies for repairing and replacing automatic door components. Key tasks include removing non-repairable parts, procuring and installing new parts per manufacturer specifications, calibrating and adjusting systems, and conducting comprehensive testing to ensure safety and ADA compliance. The contractor must hold a California General Contracting License, possess ten years of experience in the automatic door industry, and have AAADM certified personnel. The SOW also details quality assurance, contractor personnel requirements (including security checks and English language proficiency), vehicle and equipment standards, base security regulations, environmental protection measures for hazardous materials and waste disposal, and general information regarding traffic laws, weapons, and smoking policies.
    The document outlines a project involving extensive upgrades to various systems, likely within a government or public sector context, given its nature as a government file. While the specific entity or location is unclear due to the heavily redacted content, the file details a structured approach to system improvements. It covers modifications to plumbing, electrical, and potentially HVAC systems, with recurring references to different phases or categories of work. The document also includes what appears to be a table of contents or an index, listing numerous sub-sections related to different aspects of the project, each with corresponding page numbers. Key components mentioned include electrical outlets, piping, and system maintenance, indicating a focus on infrastructure modernization and functional enhancements.
    The Air Force Test Center (AFTC) at Edwards AFB, CA, has issued a combined synopsis/solicitation (FA930126Q0004) for automatic door repairs. This Request for Quote (RFQ) seeks commercial services for furnishing all supervision, equipment, tools, labor, and supplies to repair and replace automatic door components at various specified facilities on Edwards Air Force Base. The contract will be a one-time Firm-Fixed-Price (FFP) Purchase Order, with a performance period from January 30, 2026, to September 30, 2026. The acquisition is conducted under Simplified Acquisition Procedures (FAR Subpart 13.5) with full and open competition. The NAICS code is 238290, and the PSC is Z1QA. Vendor quotes are due by January 9, 2026, at 3:00 PM PDT, and questions must be submitted by January 5, 2026, at 11:00 AM PST. Contractors must be registered with the System for Award Management (SAM) and comply with DoD's CMMC 2.0 framework at Level 1.
    This document, "Addendum to FAR 52.212-1 and FAR 52.212-2," outlines instructions for offerors and evaluation criteria for a competitive, best-value government acquisition (FA930126Q0006). Vendors must adhere strictly to solicitation requirements, including terms, conditions, and technical specifications, with failure potentially leading to ineligibility. Quotations, valid for 90 days, must be submitted in three volumes: Price, Technical, and Past Performance. Evaluation prioritizes Technical Acceptability and Past Performance over Price, reflecting the need for proven expertise in automatic door repair. Technical submissions are rated as 'Acceptable' or 'Unacceptable' across subfactors like work plan, quality control, and safety. Past Performance is assessed on recency, relevance, and quality, receiving ratings from 'Exceptional' to 'Unsatisfactory.' The award goes to the lowest-priced offeror with an 'Exceptional' past performance and 'Acceptable' technical rating. The government reserves the right to conduct interchanges with vendors to clarify submissions.
    This government file is a detailed procurement list for various door and sensor components across multiple buildings. The document outlines quantities, units of measure, part numbers, and descriptions for items such as door packages, sensors, operators, motor and gear kits, controllers, arms, tie rods, load wheels, belts, idler assemblies, springs, rain hoods, auto locks, doorway holding beams, solenoids, ball catch assemblies, and bottom tracks. These components appear to be for the installation, maintenance, or upgrade of automatic or specialized door systems. The file is structured by distinct procurement sections, each detailing parts for specific locations identified by 'Bldg.' and 'Door ID' numbers, indicating a comprehensive project involving multiple facilities and numerous door systems. Key items frequently listed include OPTEX X-ZONE ST sensors, IQ-M FORCE operators, and various IQ-series controller and motor kits.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Hangar Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of Hangar Door Number Two at Barksdale Air Force Base in Louisiana. This procurement is a 100% small business set-aside under NAICS code 238290, requiring contractors to provide all necessary management, tools, supplies, equipment, and labor to ensure the safe operation of the vertical lifting fabric hangar doors. The project is critical for maintaining operational readiness at the facility, which supports B-52 training operations. Interested vendors must submit their quotes electronically by 4:00 PM CST on January 22, 2026, following a site visit on January 15, 2026, and are encouraged to contact SSgt Tyler Parsons at tyler.parsons.3@us.af.mil for further details.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This procurement is a total small business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a firm-fixed-price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 16, 2026, and interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or TSgt Gary Spillane at gary.spillane@us.af.mil.
    J042--Fire and Electric Doors PM and Repairs 612-26-2-6133-0027
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified small businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to provide maintenance and repair services for automatic and fire-rated pedestrian doors at various locations within the VA Northern California Health Care System. The procurement aims to ensure compliance with federal, state, and VA fire/life safety codes through comprehensive inspection, preventive maintenance, and emergency repair services for door components, requiring adherence to ANSI/BHMA, NFPA, and California Building and Fire Codes. Interested parties must submit their capability information, including business size, socio-economic status, bonding capability, and relevant experience, to the Contract Specialist, Edwin Rivera, at edwin.rivera@va.gov by 12:00 PM PDT on January 19, 2026, as this notice is for market research purposes only and does not constitute a solicitation.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a total small business set-aside under NAICS Code 237310, with a project magnitude estimated between $250,000 and $500,000, requiring contractors to provide all necessary labor, materials, equipment, and tools for the completion of the work within a 365-day performance period. The contract will be awarded as a Firm Fixed Price (FFP) agreement, and proposals are due by 1:00 PM EST on January 16, 2026, with a requirement for proposals to remain valid through March 31, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or TSgt Gary Spillane at gary.spillane@us.af.mil for further details.
    B2045 Security Grille
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to replace the security grille system at Building 2045, Fairchild Air Force Base, Washington. The project involves the removal of the existing system and installation of a new commercial overhead rolling aluminum security grille, which must comply with all applicable federal, state, and local regulations. This procurement is a Total Small Business Set-Aside under NAICS code 332321, and interested contractors must be registered in SAM and provide all necessary labor, tools, equipment, and materials. Quotes are due by January 21, 2026, at 10:00 AM PT, with a mandatory site visit scheduled for January 14, 2026. For further inquiries, contractors can contact Chase Polit at chase.polit@us.af.mil or Kathleen L. Rauch at kathleen.rauch@us.af.mil.
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.
    AFRL B422 SCIF Upgrade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the renovation of Building 422 at Kirtland Air Force Base, aimed at upgrading it to meet Sensitive Compartmented Information Facility standards. This project involves significant construction work, including the demolition and replacement of doors, installation of intrusion detection systems, access control, and communication fibers for classified networks, with an estimated cost between $1,000,000 and $5,000,000. The procurement is set aside exclusively for small businesses, and interested contractors must be registered in the System for Award Management (SAM) to participate. The solicitation is expected to be released around January 21, 2026, and potential offerors should monitor the Government Point of Entry at https://sam.gov for updates and further details. For inquiries, contact Jeffrey Tuscany at jeffrey.tuscany@us.af.mil or Alexander Ramsower at alexander.ramsower@us.af.mil.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Replace Electrical Vault Doors, Frames, and Hardware B145, B147, and B159
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of electrical vault doors, frames, and hardware at Marine Corps Air Station Cherry Point, North Carolina. This project involves the removal and replacement of four existing hollow metal steel doors, two frames, and four hardware sets across Buildings 145, 147, and 159, with specific requirements for materials, dimensions, and security protocols. The contract is set aside for small businesses and has an estimated cost range of $25,000 to $100,000, with a completion period of 180 calendar days. Proposals are due by January 23, 2026, at 12:00 PM EST, and interested contractors should contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.