Overhead Door Electric Operator Replacement
ID: FA301624Q0168Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

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 soliciting proposals for the replacement of overhead door electric operators at Building 5160, Joint Base San Antonio (JBSA) Lackland, Texas. The project entails the complete replacement of seven electric operators controlling roll-up doors, including associated components such as motors, switches, and safety mechanisms, with strict adherence to safety regulations and compliance with OSHA standards. This procurement is crucial for maintaining operational efficiency and safety at the facility, emphasizing the importance of quality installation and post-installation checks. Interested small businesses must submit their quotes by email by 12:00 PM CDT on September 13, 2024, following a site visit scheduled for September 10, 2024, and can direct inquiries to Jaime Martinez at jaime.martinez.9@us.af.mil or N. Marie Phillips at norena.phillips@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for replacing overhead operators at Joint Base San Antonio, Lackland AFB. The contracted work involves the complete replacement of seven electric operators controlling roll-up doors at Building 5160, including motors, switches, and safety mechanisms. Contractors must ensure installation adheres to manufacturer's specifications and conduct thorough functional checks post-installation. Safety regulations and personal protective equipment (PPE) usage are emphasized throughout the project, along with proper waste disposal. The contractors are required to maintain clean and safe work areas, receive prior approval for work outside regular hours, and coordinate schedules with base personnel. All operations will comply with OSHA standards and Air Force Occupational Safety & Health protocols. Upon project completion, the contractor must ensure all tools and materials are removed and leave the site in satisfactory condition. A one-year warranty on workmanship and materials is mandated, emphasizing the accountability of the contractor for any defects. The document serves as a guideline for contractors, ensuring compliance, accountability, and safety standards during the installation process.
    The document outlines Wage Determination No. 2015-5253, issued by the U.S. Department of Labor under the Service Contract Act, primarily detailing wage and benefit requirements for federal contracts in specific Texas counties. For contracts initiated or renewed after January 30, 2022, workers must earn at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, stipulate a minimum rate of $12.90 per hour. Various occupations are listed with corresponding hourly rates, including administrative, automotive, food service, and health occupations. The document also specifies benefits such as health and welfare, vacation, and holiday pay, alongside details regarding executive orders on paid sick leave. Contractors are bound to comply with these wage and benefit standards and must submit any unlisted job classifications for approval. This determination plays a vital role in ensuring fair compensation and worker rights under government contracts, aligning with broader efforts in federal procurement processes to maintain equitable wages for service employees.
    The document outlines a series of specifications for the replacement of heavy-duty controllers and switches in various doors at Lackland Building 5160. The main task involves replacing outdated motor controllers across several door sizes (ranging from 10FT to 14FT), specifying horsepower (HP) details and 3-phase voltage levels (208/230V). The document notes that the verification of controllers and switches will be the contractor's responsibility. Furthermore, all existing fire alarm controls must be reinstated and tested for functionality post-replacement. This document serves as a request for proposals (RFP), guiding contractors in providing necessary upgrades to electrical and motor control systems, ensuring safety and operational efficiency in alignment with federal standards. The emphasis on condition verification and testing underscores the project's complexity and regulatory importance in maintaining building safety.
    The document outlines the Statement of Work for replacing the overhead electric operators at Joint Base San Antonio – Lackland AFB. The project involves the full replacement of seven electric operators for roll-up doors at Building 5160, including related components such as motors, switches, and safety features. The contractor is required to ensure professional installation, perform function checks, and comply with safety regulations, including the use of Personal Protective Equipment (PPE) and adherence to OSHA standards. Key tasks include removing existing equipment, conducting inspections, maintaining a clean work environment, and coordinating closely with the base's Civil Engineer Operations office. The work timeframe is set during weekdays, and the contractor is responsible for waste disposal and site restoration. Upon project completion, the contractor must provide warranty information for installations exceeding one year. Overall, the purpose of this document is to establish clear guidelines and requirements for contractors regarding the replacement of overhead door systems, ensuring compliance with military standards and safety protocols during execution. This aligns with standard procedures in government requests for proposals (RFPs) and grants, emphasizing accountability and quality in federal projects.
    The document pertains to a Request for Proposal (RFP) from the Department of the Air Force regarding the installation of garage doors. It outlines responses to several queries made by potential bidders. Key points include that the diameter of the shafts for the garage doors is not necessary as the existing chain sprocket will be reused, and products are considered domestic as long as the final manufacturing step occurs in the U.S. The document specifies the dimensions for each of the seven garage doors, which range from 10ft x 10ft up to 13ft x 14ft. Additionally, a request for a visual of the mounting bracket prompted the government to include images. This RFP demonstrates a focus on compliance with domestic manufacturing standards while clarifying technical requirements associated with the installation project.
    The document is a Request for Quote (RFQ) FA301624Q0168, issued by the government for the replacement of overhead door electric operators at Building 5160, JBSA Lackland, TX. This solicitation is a 100% Small Business set-aside, with a due date for quotations by 12:00 PM CDT on September 13, 2024. Respondents must submit detailed technical plans, including methodology, and confirm firm pricing for 60 days. The lowest priced technically acceptable quote will be prioritized for award. The Scope includes uninstalling and installing seven (7) electric operators of varying horsepower, adhering to the provided Statement of Work. A site visit is scheduled for September 10, 2024, for interested contractors to assess the work needed. There are specific invoicing requirements using Wide Area Workflow (WAWF) and mandatory registrations with the System for Award Management (SAM). The document outlines various clauses and requirements governing contract administration, including provisions for health and safety. This RFQ exemplifies the structured approach of government contracting, aimed at fostering competition among small businesses while ensuring adherence to federal guidelines and efficient procurement processes.
    The document is a combined synopsis/solicitation for the replacement of overhead door electric operators at Building 5160, JBSA Lackland, TX, as part of a Request for Quote (RFQ) designated FA301624Q0168. It is a 100% Small Business set-aside, requiring proposals that meet specific technical criteria detailed in the Statement of Work. Interested vendors must submit quotes by email by 12:00 AM CDT on September 13, 2024, with a site visit scheduled for September 10. The evaluation process favors the technically acceptable lowest-priced quote, ensuring best value for the government. Registrations with the System for Award Management (SAM) must be current, and vendors must utilize the Wide Area Workflow (WAWF) for invoicing. The bid includes a range of clauses and compliance standards pertinent to federal acquisitions, emphasizing environmental quality, loss prevention, and labor standards. The contractor is expected to manage all costs associated with the removal and installation of seven electric operators, with a fixed price to be determined. This report illustrates the government's efforts to engage small businesses while emphasizing compliance and quality in public sector contracting.
    The document pertains to a Request for Quote (RFQ) issued for the replacement of Overhead Door Electric Operators at Building 5160, JBSA Lackland, TX. It is designated as a 100% Small Business set-aside and follows the guidelines for the procurement of commercial products or services as per federal regulations. Interested contractors must submit their quotes by email by 1:00 PM CDT on September 16, 2024, and can ask questions until September 11, 2024. The legal framework guiding this procurement includes specific Federal Acquisition Regulations (FAR) clauses and provisions indicating that the evaluation will focus on the technically acceptable lowest-priced quotes. A site visit is scheduled for September 10, 2024, during which contractors will require base access, necessitating the pre-sending of personal information. The contractor's responsibilities include ensuring delivery within the specified timeframe from September 30 to October 29, 2024, and compliance with all expressed requirements including technical specifications and warranty clauses. Overall, this RFQ aims to secure reliable services from qualified small businesses while adhering to federal procurement standards and promoting local economic participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Purchase and Installation of Hoists
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking qualified contractors for the purchase and installation of two 5-ton electrical hoists at Joint Base San Antonio - Randolph in Texas. The project involves utilizing existing hoist railings in Hangar 4, which will be inspected and certified for safety prior to the installation. This procurement is critical for enhancing aviation infrastructure, facilitating maintenance and operational efficiency for aircraft-related activities. Interested small businesses must submit their quotations electronically by September 19, 2024, and can direct inquiries to Kailah Kraus or Ericka L. McGlone via their respective emails for further information.
    OVERHEAD DOOR REPAIR SVC STAND ALONE CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide overhead door repair services under a Firm-Fixed-Price Contract at Fort Cavazos, Texas. The contractor will be responsible for maintaining and repairing approximately 50 overhead doors across various facilities, ensuring compliance with manufacturer specifications, safety standards, and relevant building codes. This procurement is crucial for maintaining the operational integrity of facilities that support around 65,000 occupants, reflecting the government's commitment to infrastructure maintenance while promoting small business participation. Interested vendors must submit their quotes by September 19, 2024, and can direct inquiries to Nora Cardenas at nora.c.cardenas.civ@army.mil or SFC Michelle Royall at michelle.r.royall.mil@army.mil.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide modular furniture for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project entails the complete removal of existing furniture, installation of new workstations, and the establishment of a network infrastructure, including fiber and copper communication cables, with a completion deadline of August 27, 2024. This procurement is crucial for enhancing workspace functionality and ensuring compliance with Department of Defense standards, thereby fostering a modern and efficient work environment. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to attend a site visit on September 10, 2024; for further inquiries, they can contact Richard Jensen at richard.jensen.5@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    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 at Joint Base San Antonio – Fort Sam Houston. The project involves the installation and integration of advanced security systems, including replacement locking mechanisms, fob access systems, and upgraded camera surveillance in dormitory Building 1469, ensuring compliance with federal, state, and local codes. This initiative is crucial for enhancing the safety and security of dormitory facilities, with a total small business set-aside under NAICS code 561621. Quotes are due by September 20, 2024, and interested bidders are encouraged to attend a non-mandatory site visit on September 13, 2024, with registration required by September 10. For further inquiries, contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    DEMOLITION/RELOCATION/INSTALLTION SERVICES T1 Sun Shelters JBSA Randolph
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition, relocation, and installation services for T-1 Sun Shelters at Joint Base San Antonio (JBSA) Randolph in Texas. The contractor will be responsible for transporting three rows (twelve bays) of aircraft shelters to designated footings and dismantling two additional rows (eight bays), which will become the contractor's property post-demolition, all in compliance with the Service Contract Labor Standards. This procurement is set aside exclusively for SBA Certified Women-Owned Small Businesses (WOSB) and emphasizes the importance of adhering to federal contracting regulations and labor standards. Interested parties must submit their quotes by September 17, 2024, following a mandatory site visit on September 12, 2024, and can contact Emily Deck Sanders at emily.decksanders@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil for further information.
    179 CW Door Core and Hardware Replacement
    Active
    Dept Of Defense
    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.
    Material Handling Equipment Port San Antonio
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of material handling equipment, specifically forklifts, to support operations at the Port of San Antonio, Texas. The requirement includes three models of Toyota forklifts, which must meet specified operational needs and be covered under appropriate warranties, ensuring the sustainment of the Air Force Medical Readiness Agency's logistics operations. This procurement is critical for maintaining efficient medical logistics at Joint Base San Antonio and is part of a full and open competition process. Interested vendors must submit their quotes electronically by September 16, 2024, at 4:00 PM CST, and can direct inquiries to Contract Specialist Eric Oliver or Contracting Officer Meredith Parker via the provided email addresses.
    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.
    3 Ton Heat Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the installation of a 3 Ton Heat Pump at Goodfellow Air Force Base in Texas. The procurement involves removing an existing unit and installing a new wall-mounted heat pump, adhering to the specifications outlined in the Statement of Work and Salient Characteristics documents. This project is crucial for maintaining climate control in training environments and supports the Air Force's operational efficiency. Interested small businesses, particularly those that are economically disadvantaged women-owned entities, must submit their quotes by September 23, 2024, at 12:00 PM CST, and can direct inquiries to Contract Specialist A1C Juan Cevallos at juan.cevallosmateus.1@us.af.mil or (325) 654-4422.
    MDG Building 383 Ambulance Bay Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of an Ambulance Bay Enclosure at Building 383, Laughlin Air Force Base in Texas. The project entails providing all necessary labor, materials, and supervision to enclose the ambulance bay, adhering to specified architectural plans and federal guidelines, with a total performance period of 75 calendar days divided into two phases. This construction is critical for enhancing emergency medical response capabilities at the base, ensuring compliance with safety and operational standards. Interested small businesses must submit their proposals by September 17, 2024, and can contact Joshua Centilli at joshua.centilli@us.af.mil or Rebecca Pelayo Ruelas at rebecca.pelayoruelas@us.af.mil for further details.