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 qualified contractors for the replacement of a SCIF-rated vault door at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide a secure door, frame, and installation services, ensuring compliance with security and safety regulations, with a completion timeline of 16 weeks post-award. This procurement is significant for maintaining the integrity of sensitive information and operational security within military facilities. Interested parties, particularly Women-Owned Small Businesses, must submit their Request for Quote (RFQ) by March 18, 2025, with a maximum award amount of $45 million. For further inquiries, contact 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 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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Warner Robins Air Logistics Complex Production Overhead Support
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Warner Robins Air Logistics Complex Production Overhead Support contract, which aims to provide essential labor, management, and travel support services at Robins Air Force Base in Georgia. The contractor will be responsible for a range of logistical tasks, including inventory management, parts ordering, and production planning, while ensuring compliance with safety and quality control measures. This contract, valued at approximately $24.5 million, is set aside for women-owned small businesses and the 8(a) program, with a performance period beginning on April 19, 2025, and extending through April 2030. Interested parties can reach out to Adam Hudson at adam.hudson.4@us.af.mil or Bryan Canady at bryan.canady@us.af.mil for further inquiries and must adhere to the proposal submission deadlines outlined in the solicitation documents.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of C-5 Visor Door Actuators under solicitation number FA8538-25-R-0003. This procurement aims to repair and maintain electronic and precision equipment, with a focus on ensuring the operational integrity and safety of critical aircraft components. The contract will span multiple ordering periods of one to five years, emphasizing compliance with rigorous quality assurance practices and documentation requirements. Interested vendors, including small, women-owned, and veteran-owned businesses, must submit their proposals by May 8, 2024, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil.
    MFRC Flooring
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for the procurement of MFRC flooring, with a focus on Women-Owned Small Businesses (WOSB). The solicitation outlines a total contract value of $19 million for the supply of flooring, emphasizing compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, as well as timely performance with a delivery schedule set for 213 days post-award. This procurement not only aims to fulfill the flooring needs at Warner Robins, Georgia, but also supports the government's commitment to inclusive procurement practices by facilitating participation from small and disadvantaged businesses. Interested parties can reach out to Cory Harris at cory.harris.4@us.af.mil or Stephanie Akles at stephanie.akles.1@us.af.mil for further information.
    SOURCES SOUGHT: BLDG 930 Replace Overhead Garage Doors FE Warren AFB, WY
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of overhead garage doors at Building 930, FE Warren AFB, Wyoming. The project involves the demolition of existing doors and the installation of six new insulated coiling doors, along with operators and controls, while adhering to Green Procurement mandates and environmental regulations. This procurement is crucial for maintaining operational efficiency and safety at the facility, with a performance period of 160 days and a requirement for site maintenance and daily cleanup. Interested parties should contact Megan Evans at megan.evans.3@us.af.mil or 307-773-6645, or Liezel McIntyre at liezel.mcintyre@us.af.mil or 307-773-3411 for further details.
    Replace Electrical Vault Doors, Frame and Hardware B150 & B148
    Buyer not available
    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 (MCAS) Cherry Point, North Carolina, under Project No. 7390922. The project entails the removal and installation of heavy-duty insulated doors and associated hardware, ensuring compliance with safety and fire regulations while minimizing disruption to ongoing operations. This procurement is crucial for maintaining the integrity and security of the facility's infrastructure. Proposals are due by March 11, 2025, with an estimated project cost between $25,000 and $100,000, and interested contractors should direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil.
    Sources Sought Announcement - Door Locks - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Buyer not available
    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.
    B1904 Repair ADA Compliant Doors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of ADA compliant doors at Building 1904, Shaw Air Force Base, South Carolina. The project involves replacing two exterior doors to ensure compliance with accessibility standards, requiring contractors to provide all necessary planning, labor, materials, and equipment, with a completion timeline of 120 calendar days from the notice to proceed. This initiative underscores the government's commitment to maintaining facilities that meet ADA regulations and enhance accessibility for all users. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit sealed bids by the specified deadline, with a project value estimated at less than $25,000. For further inquiries, contractors can contact Tariq Ellis at tariq.ellis@us.af.mil or SSgt Christon Reed at christon.reed@us.af.mil.
    ATC & SCIF Cameras
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the installation of Access Control (ATC) and Sensitive Compartmented Information Facility (SCIF) cameras at Moody Air Force Base in Georgia. The project involves the installation of hardwired closed-circuit television (CCTV) systems in two buildings, with specific requirements for camera placements, monitoring capabilities, and a five-year warranty on all components. This initiative underscores the federal government's commitment to enhancing security measures at military installations, ensuring compliance with security protocols and operational continuity during installation. Interested contractors should contact June Alba at june.alba@us.af.mil or Maria Jimenez at maria.jimenez.5@us.af.mil for further details, and a site visit is scheduled for February 28, 2025, to facilitate the bidding process.
    Cypher Locks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the installation of cypher locks at Joint Base San Antonio (JBSA) Lackland, Texas. The project involves the assembly and installation of 80 standalone battery-powered electronic locks across 20 buildings operated by the 341st Training Squadron, with requirements for the locks to meet high security standards and be compatible with existing key systems. This initiative aims to enhance security measures within military training facilities by replacing outdated keyed locks, thereby improving accessibility and security for personnel. Interested vendors must submit their quotes by 10:00 AM CST on the specified deadline, with a delivery timeline set for May 26, 2025. For further inquiries, potential contractors can contact Jinypher Coy at jinypher.coy@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.mil.
    B46 PAO New Office Door
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the installation of a new glass door at the Public Affairs Office located in South Chesterfield, Virginia. This project aims to enhance privacy and reduce disruptions from nearby conversations by constructing a storefront system that includes a glass door and appropriate signage. The selected contractor will be required to complete the installation within a 60-day period, adhering to strict safety and compliance protocols, and must demonstrate expertise in storefront door installations as a core business function. Interested small businesses must submit their proposals by March 19, 2025, and can direct inquiries to Nic Mace at Nicholas.Mace@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil for further information.