Best CORMAX Lock Cores
ID: FA469025Q0021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4690 28 CONS PKCELLSWORTH AFB, SD, 57706-4947, USA

NAICS

Hardware Manufacturing (332510)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

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

    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base (AFB) in South Dakota, is soliciting proposals for the supply of 1,000 Best CORMAX Lock Cores and 144 associated keys. The procurement aims to enhance security by upgrading existing locks and cylinders with factory-combined cores that meet specific design and security standards unique to Ellsworth AFB, as these cores are exclusively designed by Dormakaba for this installation. This opportunity is particularly significant as it emphasizes compliance with stringent security requirements and supports small business participation, specifically targeting women-owned small businesses. Interested vendors must submit their proposals by July 24, 2025, at 12:00 PM MDT, and can direct inquiries to Tyree Ross at tyree.ross@us.af.mil or Matthew Cotton at matthew.cotton.1@us.af.mil.

    Files
    Title
    Posted
    The Single Source Justification (Simplified Acquisition) document outlines the need for replacing weathered lock cores at Ellsworth Air Force Base (AFB) using Best CORMAX Lock Cores. Due to specific design standards and physical security requirements unique to Ellsworth AFB, only Best lock cores are suitable, as they are designed by Dormakaba specifically for this installation. The contracting office emphasizes efforts to promote competition by inviting all capable vendors to participate, despite the brand name specification. To prevent future sole source acquisitions, the agency plans to conduct a market survey for potential alternative sources. The Contracting Officer, SrA Matthew Cotton, endorsed the justification on April 30, 2025, affirming that only a single source meets the requirements as per FAR 13.106-1(b)(1). This document represents typical federal procurement practices to ensure regulatory compliance and maintain security at military installations.
    The document addresses contractor inquiries regarding a lock core installation project at Ellsworth Air Force Base. The key points include specifications for factory-keyed cores, emphasizing the need for coordination with Cormax for releasing cores and key blanks, as Ellsworth AFB holds the patent for the K keyway. Approximately 90% of lock cores will be installed in BEST brand locks, and there is no surcharge associated with using others. The project currently lacks a developed Master Key system; instead, Ellsworth AFB's locksmith intends to collaborate with the awarded contractor to design a master key system that includes multiple zones throughout the base. This summary highlights the logistical considerations and requirements tied to the request for proposal (RFP) process, focusing on transparency and communication necessary for successful project execution. The document reflects the federal government's structured approach to defining project parameters while engaging with vendors during the procurement process.
    The government document addresses contractor inquiries regarding the procurement of factory-keyed locks, specifically Cormax cores, for Ellsworth AFB. Key insights include the requirement for factory-keyed cores and the necessity of communication with Cormax for core release. Approximately 90% of the cores will be integrated into BEST brand locks, with no noted surcharge for alternative brands. The document also mentions the absence of a pre-designed Master Key system; therefore, the selected vendor will collaborate with the AFB locksmith to establish four keyed zones that share a master key and control key. This project focuses on enhancing security at Ellsworth AFB through a collaborative approach between contractors and base personnel. The responses to contractor queries reflect a process-oriented framework typical of government RFPs, ensuring clarity on product specifications and collaboration needs for successful project execution.
    The document outlines specifications for various facility types at Ellsworth Air Force Base, detailing preferences and requirements for materials and construction elements. For Facility Groups 1-3, clear anodized aluminum doors and frames are favored for their durability, while aluminum-clad wood windows are preferred for Group 4. Standard hinged doors are recommended, with automatic doors only allowed when necessary. Emphasis is placed on energy efficiency in glazing options, advocating for tinted, low-e, double-pane glass, and integration of shading mechanisms to optimize natural ventilation. Hardware must meet quality standards based on facility use and local climate, requiring compatibility with specified lock systems. Overall, these guidelines aim to promote functional, aesthetic, and energy-efficient design, ensuring safety and sustainability in the construction and renovation of military facilities. The document serves as a critical reference for contractors responding to Requests for Proposals (RFPs) and grants related to military infrastructure projects.
    The document outlines the specifications for Best® CORMAX lock cores to be used at Ellsworth Air Force Base (AFB), essential for meeting design standards and security requirements. It states that these lock cores are unique to Best Lock Corporation and designed exclusively for Ellsworth AFB by the Dormakaba Group. The cores must comply with specific physical and functional characteristics, including compatibility with existing hardware and the capacity for customized master keying. Additionally, it emphasizes that Best CORMAX cores are the only authorized lock core system for Ellsworth AFB, ensuring enhanced protection against unauthorized duplication. The document calls for in-person customer support from local distributors to facilitate maintenance and repair. The goal is to upgrade existing locks and cylinders with factory-combined cores, ensuring security compliance at the military installation. This document is a critical component of the RFP process for ensuring the highest security standards in federal installations.
    The document outlines the specifications and requirements for the Best® CORMAX lock cores intended for use at Ellsworth Air Force Base (AFB). These lock cores are crucial for meeting the base's physical security standards, as they are specifically designed by Dormakaba for this installation, and no substitutes are permitted. The key characteristics include compatibility with existing 7-pin SFIC systems, operational and security grading, and the capability for custom master keying. Additionally, the supplier must provide in-person customer support directed by Dormakaba to ensure immediate assistance. The CORMAX model specified is the 1CM-7MK 12 626, which comes pre-combinated with a matching key. Overall, the document emphasizes the exclusive nature of the Best lock cores in fulfilling Ellsworth AFB's security requirements and highlights the need for a designated distributor capable of supporting these unique specifications.
    The Women-Owned Small Business (WOSB) solicitation FA469025Q0021 addresses the procurement of commercial products and services by the 28th Contracting Squadron at Ellsworth AFB, South Dakota. This RFP outlines a firm fixed price contract for the supply of 1,000 CORMAX Lock Cores and 144 associated keys. The document specifies details such as the requisition number, proposal submission deadlines, and contact information for inquiries. Submission requirements and contractual obligations include adherence to federal regulations, environmental standards, and unique item identification for items valued over $5,000. The proposal submission process is facilitated through the Wide Area Workflow (WAWF) system, and the document emphasizes compliance with various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Additionally, there are provisions for small business participation, indicating the solicitation's focus on promoting equitable opportunities for women-owned and disadvantaged businesses. Overall, this solicitation exemplifies the U.S. government's commitment to supporting small business initiatives and ensuring qualified vendors can compete for federal contracts.
    The document outlines a solicitation by the 28th Contracting Squadron at Ellsworth AFB for a Firm Fixed Price contract to supply 1,000 CORMAX Lock Cores and 144 Blank Keys. The solicitation, numbered FA469025Q0021, seeks offers from businesses, with a special emphasis on women-owned small businesses. Key details include a firm delivery date, payment terms, and compliance with various FAR clauses. The procurement aims to ensure that the necessary items meet specified security and operational requirements, as indicated by supporting documents such as salient characteristics and security requirements. The contractor must follow established guidelines for item identification, pricing arrangements, and invoicing via the Wide Area Workflow system. The solicitation incorporates clauses to uphold compliance with federal regulations and mandates that contractors ensure the availability of appropriated funds before legal obligations arise. Overall, this document emphasizes the federal government's commitment to acquire quality products while fostering opportunities for small businesses in the federal marketplace.
    The Women-Owned Small Business (WOSB) solicitation outlines a request for quotes to procure commercial products and services, specifically targeting the supply of 1,000 CORMAX Lock Cores and 144 Blank Keys as specified under solicitation number FA469025Q0021. This contract, with an award date effective until April 30, 2025, falls under the jurisdiction of the 28th Contracting Squadron at Ellsworth Air Force Base, South Dakota. The procurement aims for adherence to established regulations and includes responsive clauses related to the Federal Acquisition Regulation (FAR). Key elements of the contract include the requirement for government-furnished inspection and acceptance at the contractor's delivery location. The payment arrangements will be managed through the Wide Area Workflow system, and contractors are obliged to provide unique item identifiers for certain items, ensuring traceability and compliance with Department of Defense regulations. The document also emphasizes the importance of honoring contractual obligations regarding fiscal appropriations, adherence to construction and labor standards, and timely reporting requirements. Overall, the solicitation reinforces the federal government’s commitment to supporting women-owned businesses while ensuring compliance with stringent procurement processes and standards.
    This document serves as an amendment to a federal solicitation, specifically changing the proposal due date to May 14, 2025, at 3:00 PM MDT. It extends the deadline for offers and outlines the requirements for acknowledging receipt of this amendment, including options for communication. The document states that all other terms and conditions from the original solicitation remain unchanged and in full force. The amendment also includes specific sections regarding modifications of contracts and administrative changes, alongside instructions for contractors regarding acknowledgment and submission processes. This amendment is significant as it clarifies timeline adjustments essential for interested parties in submitting their proposals in compliance with federal guidelines.
    The document serves as an amendment to a federal solicitation, providing essential guidance for contractors regarding the acknowledgment of the amendment and outlining procedures for submitting offers. Specifically, it states whether the deadline for offer submissions is extended or not, emphasizes the importance of acknowledging receipt of the amendment to prevent rejection of offers, and details the process for modifying any previously submitted offer. The document is issued by the 28th Contracting Squadron at Ellsworth Air Force Base, South Dakota, and includes contractor information and a section for signed acknowledgment. The amendment also provides responses to contractor inquiries, ensuring clarity in the solicitation process. In summary, this amendment facilitates communication and compliance within the federal contracting framework, reinforcing the importance of adhering to deadlines and procedural guidelines.
    The document outlines an amendment to a solicitation for a federal contract, specifically focusing on extending the due date for proposals and adding relevant provisions. The amendment, dated June 9, 2025, introduces FAR 52.232-18, which details that the government's financial obligations are contingent upon the availability of appropriated funds, clarifying the legal liability for payment. The proposal due date is modified to June 13, 2025, at 3 PM. Moreover, it updates the requirements for proposals, mandating that they remain valid through September 30, 2025, and specifies that vendors must submit only one quote, as only one will be reviewed per vendor. The document stresses the importance of following submission instructions to avoid ineligibility for award, including an explicit requirement for email submissions and a structured quote format. Questions must be directed to designated contacts via email, establishing clear communication protocols. Overall, this amendment ensures procedural clarity regarding the proposal submission process, funding availability, and contractor obligations, reflecting typical practices in federal Request for Proposals (RFPs) to uphold transparency and due process in government contracting.
    This document serves as an amendment to a solicitation, specifically extending the proposal due date for a project related to the COREMAX system. The new deadline is set for July 24, 2025, at 12:00 PM MDT, revised from an earlier deadline of June 13, 2025, at 3:00 PM. Key updates include the replacement of previous requirements with revised salient characteristics, specified as "Salient Characteristic for Best CORMAX rev.1" dated July 11, 2025. The amendment emphasizes that all other terms and conditions of the initial solicitation remain unchanged. It details the required acknowledgment methods for any bidders or contractors pertaining to the amendment and stresses that failure to do so may lead to rejection of their offers. The document is part of standard protocol for government requests for proposals (RFPs), ensuring transparency and clarity in the procurement process while allowing for necessary modifications to timelines and requirements.
    Lifecycle
    Title
    Type
    Best CORMAX Lock Cores
    Currently viewing
    Solicitation
    Similar Opportunities
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    SPE4A726R0218 – 5895- KEYER / WSIC N
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for the procurement of keyers under solicitation SPE4A726R0218. The contract will cover a base period of five years, with an estimated annual quantity of 81,000 units, and a minimum delivery order quantity of 14,000 units, requiring delivery within 142 days after order placement. This procurement is crucial for maintaining communication equipment capabilities, and the solicitation will be issued as an unrestricted procurement, with evaluations based on price, past performance, and delivery. Interested vendors should prepare written quotes and can access the solicitation on the DLA Internet Bid Board System (DIBBS) around December 12, 2025; for inquiries, contact Thuy Ho at Thuy.Ho@dla.mil.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.
    10--LOCK,TRAVELING,CANN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of traveling locks, specifically NSN 1015013407781, with a total requirement of 68 units. The procurement includes two lines: 67 units to be delivered within 483 days and 1 unit to be delivered within 120 days, emphasizing the importance of timely delivery for military operations. These locks are critical components in the weapons category, underscoring their role in maintaining the functionality and security of military equipment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    17--LOCK,AIRCRAFT GROUN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 26 units of the NSN 1730014772125 LOCK, AIRCRAFT GROUN, as part of a Combined Synopsis/Solicitation. This procurement is specifically set aside for Women-Owned Small Businesses (WOSB) and falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The items are critical for aerospace operations, ensuring the functionality and safety of aircraft ground handling and servicing equipment. Interested vendors must submit their quotes electronically, with delivery expected to DLA Distribution Cherry Point within 167 days after order placement. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    SOURCES SOUGHT Air Cylinder Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice for a Blanket Purchase Agreement (BPA) to lease 146 air cylinders for use at 15 Missile Alert Facilities and the Missile Facility Maintenance Shop at F.E. Warren Air Force Base in Wyoming. The procurement aims to identify potential sources capable of providing the specified air cylinders, which include models designed for breathing air and other applications, with a focus on compliance with safety and environmental regulations. Interested parties are encouraged to submit capability statements detailing their qualifications and relevant business information to the primary contacts, Michelle Crenshaw and SSgt Rebecca Behne, by the specified deadline. This opportunity is part of the government's ongoing efforts to ensure operational safety and regulatory compliance in support of military operations.
    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.
    Housing Access & Door Locking System
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.