179 CW Door Core and Hardware Replacement
ID: W50S8R24R5040Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OHANG 179MANSFIELD, OH, 44903-8049, 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, specifically the Department of the Army, is soliciting quotes for the "179 CW Door Core and Hardware Replacement" project at the Mansfield Air National Guard Base in Ohio. The procurement involves upgrading the existing door hardware and keying system from a six-pin to a seven-pin system, ensuring compatibility with the current BEST Access system CORMAX equipment. This initiative is crucial for enhancing security and operational efficiency across multiple buildings on the base. Interested small businesses must submit their proposals by 1:00 P.M. EST on September 19, 2024, to the primary contact, MSgt Jeffrey Snyder, via email at jeffrey.snyder.20@us.af.mil, with a focus on meeting a 90-day installation timeline post-award.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the solicitation number W50S8R24R5040 for the federal acquisition process, detailing various clauses incorporated by reference, clauses presented in full text, and specific requirements for contractors. Key topics include compliance with regulations regarding the compensation of former DoD officials, whistleblower rights, and telecommunications equipment. Significant provisions address prohibitions on acquiring covered telecommunications equipment from entities involved with the Maduro regime and the Xinjiang Uyghur Autonomous Region. The document emphasizes the requirement for unique item identification for certain items delivered to the Department of Defense, along with payment submission processes utilizing the Wide Area Workflow system. It also covers various certifications and representations that bidders must complete regarding their status as small, disadvantaged, veteran-owned, and women-owned businesses. Overall, the document serves as an essential guideline for vendors responding to federal solicitations, ensuring compliance with legal and regulatory frameworks while promoting transparency and accountability in government contracting.
    The Department of the Air Force is seeking a contractor for the "Basewide Core and Hardware Replacement" project at the 179th Cyberspace Wing in Mansfield, Ohio. The project involves upgrading the door hardware and keying system from a six-pin to a seven-pin system, which must be compatible with the existing Seven-pin BEST Access system CORMAX equipment. Key deliverables include a seven-pin key bitting chart for current and future buildings, installation of compatible hardware, and provision of multiple types of keys and blanks, all stamped appropriately for security. Contractors must also turn in existing six-pin cores and provide a building map of replaced cylinder locations post-award. Base access for personnel requires completion of a security clearance process and antiterrorism training. While a site visit is not mandatory, it is strongly recommended for prospective contractors. This document serves as a detailed request for proposals, outlining requirements for security, compatibility, and operational efficiency, reflective of federal contracting norms.
    The document addresses inquiries related to the solicitation W50S8R24R5040, clarifying critical aspects of the request. Notably, it confirms that there will be no site visit as previously mentioned, a detail that was mistakenly retained in the requirement statement. Instead, photographs of the hardware and mortise plates being utilized have been provided for reference. Additionally, the file answers concerns regarding whether the solicitation is exclusively for Best Cormax technology. It emphasizes that the solicitation does not confine bidders to Best Cormax products; however, compatibility with the existing hardware is a necessary requirement. This indicates a broader scope for potential vendors, promoting inclusivity in supplier options while maintaining specific functional criteria. Overall, the purpose of this document is to clarify procedural aspects of the solicitation process, ensuring clear communication and understanding among prospective bidders in the context of government contracting engagements. This transparency fosters a more competitive bidding environment and ensures that all interested parties are well-informed.
    The Department of the Air Force, through the 179th Cyberspace Wing based at Mansfield Air National Guard Base in Ohio, is seeking to upgrade and standardize door hardware and key systems across the base. The primary objective of this procurement is to replace the current six-pin system with a Seven-pin BEST Access system CORMAX interchangeable mortise cylinder hardware solution. This includes providing and installing new hardware and cores in existing doors, as well as supplying a seven-pin key bitting chart for effective key management across 40 buildings. The contractor will be responsible for supplying detailed bitting charts and key lists before completing the work, ensuring a comprehensive key system that includes master keys, control keys, and change keys, all marked with appropriate symbols and warnings. In addition, they will provide key blanks and turn in the existing six-pin cores to Base Civil Engineering. The specific technical specifications, such as the satin stainless steel color and the requirement not to stamp key numbers on cores, ensure a uniform and secure key system. While a site visit is not mandatory, it is strongly encouraged due to the project's precise nature. This project aims to enhance security and access control measures at the base, with attention to key standardization, inventory, and distribution.
    The Department of the Air Force is soliciting proposals for a project titled "Basewide Core and Hardware Replacement" at the Mansfield Air National Guard Base in Ohio. The project aims to update the door hardware and key system from a six-pin to a seven-pin system, ensuring compatibility with the existing BEST Access system CORMAX interchangeable mortise cylinder hardware. Requirements include providing a Seven-pin key bitting chart for the existing 40 buildings, which must include various master keys and bitting options. The contractor is tasked with procuring and installing the necessary seven-pin hardware and cores without stamping key numbers on them, as well as supplying a specified number of keys and key blanks, all marked as “U.S. Property – Do Not Duplicate.” Additionally, contractors must comply with security measures, including the completion of a Security Access Form and antiterrorism training for personnel who require base access. A building map of replaced cylinder locations will be provided to the contractor post-award. This RFP emphasizes the importance of compliance, security, and functionality in enhancing the base's key management system.
    This document is a combined synopsis and solicitation for commercial items under the RFQ number W50S8R24R5040, aimed at small businesses as a 100% set-aside initiative. The request involves providing and installing various door hardware components, including mortise cylinders, lever sets, and associated labor across multiple buildings, with specific quantities listed for each item. Installation must comply with AT Level I Training requirements and be completed within 90 days of contract award. Submissions should include bidder contact details, company identification information, delivery terms, warranty, and a filled-out representation form. Selection for the contract will be based on technical acceptability, price, delivery considerations, and the Supplier Performance Risk System (SPRS). Interested parties must email their offers by 10:00 A.M. EST on September 16, 2024. The document concludes with a list of required attachments detailing clauses and the specific statement of requirements for the door hardware. Overall, this RFP emphasizes the government's intent to secure necessary hardware through competitive bidding while adhering to acquisition regulations and promoting small business participation.
    This document solicits quotes for the purchase and installation of door hardware and keys for several buildings, as part of a Request for Quotation (RFQ) under solicitation number W50S8R24R5040. It is a 100% small business set-aside, utilizing simplified acquisition procedures with a focus on a Firm Fixed Price (FFP) contract. The contractor must provide all necessary labor and materials and ensure installers have AT Level I Training before installation can commence. The RFQ includes detailed line items for buildings requiring mortise cylinders, lever sets, keys, and labor, specifying quantities and including optional requirements for additional buildings. Key evaluation factors for awarding the contract are the technical acceptability of the offer, total price, delivery/installation timeframe, and performance risk as evaluated in the Supplier Performance Risk System (SPRS). Quotes must be submitted by September 16, 2024, with a focus on meeting a 90-day delivery/installation window. Further inquiries can be directed to the soliciting officer via email. This procurement process aligns with government standards to ensure that qualified small businesses can effectively provide essential services while maintaining compliance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Building 610 Fabric Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the fabric door of Building 610 at the 174th Attack Wing in Syracuse, New York. This project, identified as Project HAAW232014, is a total small business set-aside with an estimated value between $500,000 and $1,000,000, requiring bidders to utilize Assa Abloy certified technicians for the installation and maintenance of the Mega Door systems. The successful contractor will be responsible for ensuring compliance with safety and environmental regulations while completing the necessary repairs within a timeline of 270 days. Interested parties must attend a pre-bid conference on September 4, 2024, and submit their bids, which must remain valid for at least 90 days, to the primary contact, Briana McCaffery, at briana.mccaffery@us.af.mil, or by phone at 315-233-2130.
    Acton Dorm Security Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Acton Dorm Security Upgrade project at Joint Base San Antonio - Fort Sam Houston. The procurement involves the installation and integration of advanced security systems, including electronic locking mechanisms and a comprehensive camera system, aimed at enhancing the security infrastructure of Building 1469. This initiative is critical for improving safety measures within military facilities, ensuring compliance with federal, state, and local regulations. Quotes are due by September 23, 2024, at 10:00 AM CST, and interested contractors should contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil for further details.
    26 WPS Door Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the installation of sound transmission code (STC) 49 wooden doors with metal frames at 26 WPS on Nellis Air Force Base, Nevada. The project entails the removal of existing doors, installation of new doors, and ensuring compliance with specified sound transmission ratings, along with the installation of electronic locks and proper sealing. This procurement is crucial for enhancing facility security and sound insulation, with a total small business set-aside under NAICS code 238290. Interested vendors must submit their quotes electronically by September 24, 2024, following a mandatory site visit on September 16, 2024, and must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, contact SSgt Ulysses Hernandez at ulysses.hernandez@us.af.mil.
    Warehouse Security Gates
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to supply and install three new security gates at Building 1006, 125th Fighter Wing in Jacksonville, Florida. The project involves the removal of three existing inoperative gates, including electrical components, and the installation of new gates equipped with mechanical operators, switches, safety sensors, and locks, all to be completed within 90 calendar days. This procurement is critical for enhancing security at the facility, ensuring operational efficiency and compliance with safety standards. Interested small businesses must submit their proposals by May 1, 2024, and can direct inquiries to Mark Penwell at mark.penwell.1@us.af.mil or call 904-741-7445.
    7 LRS Bldg 7004 Vindicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Logistics Readiness Squadron at Dyess Air Force Base, Texas, is seeking a contractor to install a Honeywell Vindicator Intrusion Detection System in Building 7004, Room 136. The procurement includes the installation of the system, necessary cabling and conduit, training for personnel, and subsequent testing to ensure operational effectiveness. This system is crucial for maintaining security standards at the base, as it is the approved alarm system for the Air Force, necessitating certified installation and training. Interested vendors must submit their quotes via email by September 20, 2024, with the contract evaluation focusing on brand-name compliance and overall value, while ensuring adherence to small business participation requirements. For further inquiries, contact Madison Duarte at madison.duarte.1@us.af.mil or call 325-696-2215.
    Access Control System & Intrusion Detection System B3009: Simulation Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at the F-16 Flight Simulator Facility (building 3009) located at Joint Base Andrews, Maryland. The procurement aims to enhance security measures by ensuring that the new systems are compatible with existing infrastructure, particularly the Tyco International C-CURE 9000 and Honeywell Vindicator systems, in compliance with Intelligence Community Directive (ICD) 705. This initiative is critical for maintaining operational security at military facilities and involves engineering, installation, testing, and training services to ensure full operational compliance. Interested small businesses must submit their quotations by September 24, 2024, with an anticipated award date of September 27, 2024. The total funding amount for this project is $734,012.09, and inquiries can be directed to Stacey Little at stacey.little.1@us.af.mil or Bo Im at bo.im.1@us.af.mil.
    Security Alarms & Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Door Alarm Monitoring System (DAMS) at Fort Eustis, Virginia, under solicitation FA480024Q0041. The contractor will be responsible for planning, procuring, and installing the security alarm systems in multiple buildings, ensuring compliance with all applicable construction codes and federal regulations. This initiative aims to enhance the security infrastructure of military facilities, providing a safe environment for personnel during training. Interested small businesses must submit their quotes by September 20, 2024, at 11:00 AM EST, and can direct inquiries to Senior Airman Naomi Rants at naomi.rants@us.af.mil, with a total contract value of up to $25 million.
    Automated Tool Checkout Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the 732d Air Mobility Squadron at Joint Base Elmendorf-Richardson, is seeking proposals for an Automated Tool Checkout Locker system. The primary objective is to procure a locker system that enhances security for tool inventory while incorporating advanced technological features, including compatibility with UF or RFID badges and remote management capabilities. This procurement is crucial for ensuring efficient tool management and safeguarding assets, reflecting the government's commitment to supporting small businesses through a Total Small Business Set-Aside. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to William Gentry at william.gentry.8@us.af.mil or Eric Punjabi at eric.punjabi@us.af.mil.
    Repair Multiple Roll up Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and replacement of roll-up door systems at the Hawaii Air National Guard Campus located at Joint Base Pearl Harbor-Hickam (JBPHH). The project involves repairing one roll-up door in Building 3423 and an additional nineteen in Building 3424, with the contractor responsible for all necessary labor, equipment, and materials, adhering to federal and state regulations. This procurement is crucial for maintaining operational efficiency and safety at military facilities, and it is set aside for small businesses under the NAICS code 238290, with a submission deadline of 11:00 AM Hawaii Standard Time on September 19, 2024. Interested vendors should direct their electronic proposals to Warren Sabugo at warren.m.sabugo.civ@army.mil and may contact him at 808-844-6421 for any inquiries before the deadline.
    Building 200 Vindicator Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the installation of a Vindicator System at Building 200, Whiteman Air Force Base, Missouri. The procurement involves the acquisition and installation of six cameras at key entry and exit points, which will be integrated into the existing CCTV system to enhance security measures at the facility. This initiative is critical for ensuring effective monitoring and communication within the security infrastructure, thereby safeguarding sensitive information. Interested vendors must submit their quotes by 1:00 P.M. CST on September 24, 2024, and are encouraged to contact SSgt Ryan Hopkin at ryan.hopkin@us.af.mil or SSgt David Bartilson at David.Bartilson@us.af.mil for further details.