BLDG 229N SCIF DOOR REPLACEMENT
ID: FA857925Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the replacement of a vault door at Robins Air Force Base, which will be converted into a Sensitive Compartmented Information Facility (SCIF) with STC 50 rating. The project requires the provision and installation of a secure door and frame, adhering to stringent security and safety regulations, with completion expected within 16 weeks of contract award. This procurement is particularly significant as it emphasizes compliance with military standards and operational security, reflecting the critical nature of safeguarding sensitive information. Interested parties, particularly Women-Owned Small Businesses, must submit their quotes by March 26, 2025, and can direct inquiries to Adam Hudson at adam.hudson.4@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 serves as a Contract Data Requirements List essential for documenting data item requirements in defense contracting. It is structured to include various fields such as contract line item numbers, exhibit categories, data item titles, and submission schedules, providing a comprehensive template for both government personnel and contractors. The primary focus is on specifying the type of data needed—whether it’s a technical data package, technical manual, or other categories—and clarifying submission timelines for data items. The form mandates that contractors provide data electronically, adhering to specified formats, with the first submission due five days after the receipt of the order. It outlines the distribution requirements for drafts and final copies and incorporates a price group system to categorize data items based on their necessity and associated costs. This document is crucial in ensuring that all data requirements are met, promoting effective governance and accountability in federal contracts. It underscores compliance with Department of Defense policies and emphasizes the importance of timely and accurate data submission for project success.
    The DD Form 1423-1 serves as a Contract Data Requirements List, detailing essential information required for the submission and management of specific data items under federal contracts. This form outlines critical requirements including contract line item numbers, data item titles, and the contracting office responsible for oversight. The document specifies submission deadlines for mishap reports, mandating immediate email notifications within one hour and complete reports within three days of an incident. It also provides instructions on categorizing data types (Technical Data Package, Technical Manual, or other) and emphasizes the importance of adherence to particular standards and distribution statements. Additionally, it includes guidance on pricing group classifications based on the estimator's assessment of costs related to data preparation and delivery. The structure is designed to facilitate consistent communication and compliance across government contracts, thereby streamlining data management processes within Defense Department operations.
    The 402nd Software Engineering Group (SWEG) requires the replacement of a vault door with a SCIF (Sensitive Compartmented Information Facility) rated door meeting STC 50 standards at Robins AFB. The contractor is tasked with providing the door, frame, and installation services, ensuring compliance with specified security and safety regulations. Installation must be completed within 16 weeks of contract award by certified technicians, and a twelve-month warranty for the door and frame, along with a 90-day warranty for installation, is obligatory. Contractor personnel must adhere to government security requirements, including background checks and obtaining the necessary credentials for base access. Environmental and safety training is mandatory for all personnel before commencing work, reflecting the Air Force's commitment to workplace safety. Specific safety and health protocols must be integrated into the contractor's safety plan, addressing potential risks, mishap reporting, and incident management. Additionally, adherence to the Environmental Management System (EMS) and Energy Management System (EnMS) training requirements is crucial, ensuring compliance with environmental standards. The overall document underscores the importance of safety, compliance with military regulations, and the commitment to protecting personnel and government property during this project.
    The document outlines requirements and specifications related to an installation project within a secured space, specifically addressing various logistical concerns. It confirms that no existing drawings or photographic documentation of the site are available, but provides specific dimensions for the door involved in the installation. The installation is scheduled to occur during regular business hours, avoiding any after-hours work. Additionally, the document notes that all necessary access and security protocol details are included in the Purchase Description (PD), suggesting recognition of heightened security measures typically associated with Sensitive Compartmented Information Facilities (SCIF). This summary encapsulates the essential information without delving into unnecessary specifics, in line with federal RFPs and other governmental compliance initiatives.
    The document under review appears to be a fragmented and corrupted file that likely pertains to federal and state RFPs (Requests for Proposals) or grants. Despite its disorganized structure and unreadable segments, it seems to include data relevant to various government funding opportunities aimed at projects that may encompass infrastructure, community development, or public services. The document hints at the allocation of resources, compliance requirements, and the evaluation criteria for proposals. Key points within the document potentially relate to the objectives of enhancing public services, addressing community needs, and ensuring adherence to federal regulations in funded projects. Government agencies typically release such RFPs to solicit proposals from organizations that can meet specific service requirements. The context suggests a focus on regulatory compliance and safety, emphasizing the significance of detailed planning and execution in project proposals. Given its nature, the document may serve as a foundational reference for entities looking to secure funding or partnership opportunities on upcoming public projects or initiatives. However, the extent of comprehensibility and context for practical application remains limited due to the document's condition.
    The document outlines a solicitation for a contract aimed at procuring commercial products and services from Women-Owned Small Businesses (WOSB), specifically for a door replacement project at Robins Air Force Base. The acquisition is classified under the NAICS code 236220, with a maximum award amount of $45 million. Responses must be submitted as a Request for Quote (RFQ) by the deadline of March 18, 2025. The contractor is responsible for providing a secure door and related installation services, projected to be completed within a 16-week timeframe post-award. The document includes detailed instructions regarding payment processing, contract terms derived from the Federal Acquisition Regulation (FAR), including clauses related to safeguarding classified information, and specific cybersecurity assessment requirements. Additional provisions emphasize prime contractor responsibilities towards subcontractors and the importance of compliance with security and reporting standards. This solicitation reflects the government's commitment to promoting opportunities for women-owned businesses while adhering to stringent specifications and operational security requirements necessary for defense-related projects.
    This document is an amendment for a solicitation related to a request for quotation (RFQ) for software services by the United States Air Force. The primary purpose is to extend the deadline for submissions to March 26, 2025, include a Q&A document, and update several provisions and clauses in accordance with recent Executive Orders. It lays out the protocols for offerors to acknowledge the amendment and modify existing offers if needed. Key clauses pertain to safeguarding defense information, the assessments required to comply with NIST standards, and various recent federal acquisition regulations. Specific adjustments highlight the importance of securing contractor information systems and conducting thorough cybersecurity assessments. The document emphasizes the contractor’s obligation to report cyber incidents swiftly and maintain a high level of operational security throughout contract performance. Overall, it reflects efforts to streamline procurement processes while ensuring compliance with federal security and operational regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SCIF Construction Upgrade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) contractors for the construction upgrade of a Sensitive Compartmented Information Facility (SCIF) in Albuquerque, New Mexico. Interested contractors must be ICD 705 certified and demonstrate prior experience in SCIF construction, providing a capabilities statement that includes their 8(a) status, ICD 705 certification, a list of relevant projects completed in the last five years, bonding capacity, and in-house design capabilities. This procurement is critical for ensuring secure facilities that meet stringent government standards. Contractors should direct their inquiries and submissions to Alexander Ramsower at alexander.ramsower@us.af.mil or by phone at 505-846-6673.
    Building 254 Roll-Up Door #2
    Dept Of Defense
    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.
    Snap-On Autocrib E-Tool FX Lockers (Brand Name)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Snap-On Autocrib E-Tool FX Lockers to support operations at Tinker Air Force Base in Oklahoma. The requirement includes the acquisition of six 34-drawer lockers and nine 22-drawer lockers, specifically designed for logistical and maintenance operations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a delivery schedule of 30 calendar days from the award date. Interested vendors must submit their proposals by December 29, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.
    15--DOOR,AIRCRAFT
    Dept Of Defense
    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.
    Door Aircraft
    Dept Of Defense
    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.
    NSN: 5342-017106630, FRAME, DOOR, WSDC: 64N, ALRE LAUNCHER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Firm Fixed Price Contract for the procurement of 84 units of a specific door frame (NSN: 5342-017106630) used in ALRE launchers. This solicitation emphasizes the importance of quality, as it requires adherence to critical part standards and a higher-level quality system, with inspection and acceptance occurring at the origin in Grassy Creek, Virginia. The awarded contract will be influenced by factors such as price and past performance, with the solicitation expected to be issued around December 30, 2025, and closing on or around February 2, 2026. Interested vendors can reach out to Jessica Gentry at jessica.gentry@dla.mil or Leslie Adams at leslie.adams@dla.mil for further inquiries.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    15--DOOR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of an aircraft door, specifically NSN 1560-01-702-4224. The requirement includes a quantity of one unit to be delivered to the FB2039 DD Depot in Oklahoma, with a delivery timeline of five days after award. This procurement is critical for maintaining operational readiness and support for military aircraft, ensuring that essential components are available for maintenance and repair. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    ICBM - Door, Launcher, Personnel Access
    Dept Of Defense
    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.