Cypher Locks
ID: FA301625Q0035Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Communications Equipment Manufacturing (334290)

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 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 This initiative aims to enhance security measures within military training facilities by replacing outdated keyed locks, thereby improving accessibility and security for personnel.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.

    Files
    Title
    Posted
    The federal document outlines the Statement of Work (SOW) for the installation of cypher door locks at various facilities within the 341st Training Squadron at JBSA Lackland, Texas. The contractor is responsible for providing the necessary personnel, equipment, and supplies to assemble and install 80 standalone battery-powered electronic locks on specified doors across 20 buildings. Detailed locations of installations are provided, including both interior and exterior doors. The contractor must remove existing locks, ensure the newly installed locks are functional and keyed identical to five master keys, and maintain ordered work environments. Additionally, the contractor is required to manage logistics, including delivery and debris removal, while adhering to safety and site maintenance protocols. Work will generally be conducted Monday through Friday, with specific federal holidays designated, while compliance with Air Force access regulations is mandatory. Upon completion, a final acceptance of the installation will be performed by designated personnel. The document emphasizes the importance of adhering to established protocols for project management, safety, and project specifications while maintaining organizational standards and operational integrity. Overall, this project reinforces the commitment to enhanced security measures within military training facilities.
    The government document outlines a Request for Proposal (RFP) for the procurement and installation of 80 cypher door locks across 20 facilities at Joint Base San Antonio (JBSA) Lackland, Texas. The contractor is tasked with supplying, assembling, and installing the locks, which will be standalone battery-operated electronic locksets with keypads, primarily for classrooms and storerooms. Detailed site and building layout information is provided to identify specific locations for the lock installations. The contractor must manage the entire installation process, including the removal of existing hardware, ensuring operational functionality of the new locks, and maintaining cleanliness and safety at the work site. The work schedule is primarily during weekdays, with provisions for weekend or holiday work if required. Additionally, the contractor is responsible for warranty management, site communication with a designated project manager, and compliance with Air Force installation access requirements. Upon project completion, a final inspection by government representatives will determine acceptance. The document emphasizes compliance with Air Force Records Management procedures for any information generated. This RFP reflects the government’s commitment to enhancing security systems at its facilities.
    The document outlines a request for the procurement of 80 cypher locks intended for 20 buildings operated by the 341st Training Squadron (341 TRS) at JBSA Lackland, TX. The key requirements include locks with keypad readers, manual programmability, and compatibility with major key systems. The cypher locks must meet high security standards, including ANSI/BHMA Grade 1 and UL certifications, and provide durable performance in extreme temperature and humidity conditions. The need for these modern locks arises from the current use of outdated keyed locks that compromise security and accessibility, leading to issues in securing training facilities. The transition to cypher locks would not only improve security but also streamline access for leadership through master codes, reducing dependency on physical keys. The document emphasizes the urgency of funding this project to address ongoing security vulnerabilities at training areas. Contact for inquiries is Detra Whitfield from the 502nd Contracting Squadron.
    The government document outlines a request for proposal (RFP) for the purchase of 80 cypher locks to be installed in 20 specific buildings managed by the 341st Training Squadron (TRS) at JBSA Lackland, TX. These cypher locks are intended to replace outdated keyed locks, addressing security issues caused by lost keys and the inability to secure certain areas. The desired locks feature a keypad reader, manual programmability, compatibility with various key systems, remote release capability, and must meet strict certification standards (ANSI/BHMA A156.25 Grade 1, UL 294, and UL 10C). Additionally, they should function in extreme temperatures and humidity. The proposal emphasizes the necessity for these locks to enhance facility security for training operations. Funding is crucial; without it, security vulnerabilities will persist for the foreseeable future. Contact information for the points of contact is also provided for further inquiries or clarifications regarding the RFP.
    The document outlines a Request for Proposal (RFP) issued by the federal government, specifically related to the installation of cypher locks at Joint Base San Antonio (JBSA) Lackland, Texas. A key element of the RFP is the cut-off date for contractor inquiries, set for 10:00 AM CST on February 21, 2025. The file mentions various questions from contractors but does not provide the specific questions or government responses, indicating a structured interaction process intended to clarify proposal requirements. This RFP reflects the government's ongoing commitment to enhancing security measures through the procurement of technological solutions like cypher locks, ensuring proper vetting, communication, and compliance within the proposal phase. The document serves as a formal avenue for vendors to engage with the government's security enhancement initiatives.
    The document pertains to a Request for Proposals (RFP) regarding the installation of cypher locks at JBSA Lackland, TX. It addresses contractor inquiries about various aspects of the project, with responses provided by the government. Key points include no mandated programming protocols for the locks, contractor responsibility for troubleshooting during the warranty period, and the availability of on-site storage for materials. While there is no specific installation sequence required, the government clarifies that the contractor's delivery timeline, tentatively set for May 26, 2025, will dictate any penalties for installation delays. Additionally, formal site inspections have been conducted prior to work commencement, with final inspections to occur upon project completion. Overall, this RFP outlines important logistical information and conditions for potential contractors involved in this security installation initiative.
    The document outlines a Request for Quote (RFQ) FA301625Q0035 from JBSA Lackland, TX, concerning the procurement of cypher locks, designated as a small business set-aside under NAICS code 334290. The solicitation requests vendors to submit quotes for equipment, installation, and programming, emphasizing that only the three lowest technically acceptable quotes will be considered for evaluation. Quotes must be submitted by February 28, 2025, with all questions due by February 21, 2025. The government prioritizes best-value determination, requiring compliance with technical specifications. Proposals must meet specific requirements, including warranty information and details regarding electronic invoicing capabilities. The contract type will be Firm Fixed Price, and vendors are advised that registration in the System for Award Management is mandatory for eligibility. The document also explains the evaluation criteria, the necessity for detailed product specifications, and the potential for issuing purchase orders without prior interchanges with vendors. Importantly, it highlights that the government reserves the right to cancel the RFQ at any time without incurring costs. This procurement process reflects the federal government's structured approach to acquiring services while supporting small businesses.
    The document is a Request for Quote (RFQ) issued by the 502nd Contracting Squadron for Cypher Locks at JBSA Lackland, TX. It is exclusively set aside for small businesses under NAICS code 334290 with a size standard of 800 employees. The solicitation seeks proposals for six line items related to Cypher Locks, including standalone programmable keypads, hardware installation, and programming, with delivery required by May 26, 2025. Interested vendors must submit their quotes via email by 10:00 AM CST on specified dates, along with necessary documentation, including specifications and images. The evaluation criteria prioritize the three lowest quotes that meet technical acceptability requirements, with awards made for firm fixed prices to the vendor providing the best value. Mandatory registrations in the System for Award Management (SAM) are necessary for eligibility, and the government reserves the right to cancel the RFQ at its discretion. This solicitation underscores the government’s commitment to engaging small businesses, ensuring compliance with federal regulations while seeking quality products for security needs.
    Lifecycle
    Title
    Type
    Cypher Locks
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    CATM Locks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the replacement of locking systems at the Combat Arms Training and Maintenance (CATM) Complex located at Joint Base San Antonio-Lackland, Texas. The project involves removing existing locks and installing 28 new electronic keypad locking systems across 12 facilities, enhancing security and functionality while ensuring minimal disruption to ongoing training activities. This procurement is critical for maintaining operational integrity and safety within federal facilities, reflecting the government's commitment to robust security measures. Interested contractors must submit their proposals by 10:00 AM CST on March 6, 2025, and can direct inquiries to Jinypher Coy at jinypher.coy@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.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.
    Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the Multiple Bachelor Enlisted Quarters Lock Repairs Phase-IV project at Camp Lejeune, North Carolina. This initiative involves upgrading lock systems in 36 BEQ buildings by replacing existing locksets with new swipe locks and establishing a comprehensive keying system, including master and sub-master keys, while ensuring compliance with ANSI/BHMA standards. The project is crucial for enhancing security and operational efficiency within military accommodations, with an estimated budget between $5 million and $10 million. Interested contractors must submit proposals by March 13, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    High Security and Weather Padlocks IAW Salients
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking proposals for the procurement of high-security and weather-resistant padlocks to secure equipment and shelters in outdoor environments. The requirements include padlocks with a heavy laminated steel body, hardened boron alloy shackles, and dual ball bearing locking mechanisms, all designed to withstand harsh environmental conditions. This procurement is crucial for ensuring the safety and security of government-owned equipment in challenging field conditions, emphasizing the importance of operational efficiency. Interested small businesses, particularly those owned by service-disabled veterans and economically disadvantaged individuals, must submit their proposals by March 6, 2025, and can contact Cynthia Nicanor at cnicanor@usgs.gov for further information.
    LWSC FY25 Cores, Keys, and Padlocks Purchase
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified vendors to provide keys, cores, and padlocks for the Lake Washington Ship Canal in Seattle, Washington. The procurement specifically requires CORMAX BEST 5 and 6 Series cores and keys, along with BEST Access Systems 11B padlocks, all in a satin brass finish, to replace outdated equipment and ensure compatibility with existing systems. This acquisition is critical for maintaining the operational integrity and security of the lock systems at the Hiram M. Chittenden Locks, which are fully equipped with dormakaba CORMAX BEST technology. Interested vendors must submit their quotations by March 7, 2025, via email, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Whitny Hart at whitny.hart@usace.army.mil or Alex R. Marcinkiewicz at alex.marcinkiewcz@usace.army.mil.
    Electronic Security System Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide Electronic Security System Maintenance Support Services at DLA Distribution Red River in Texas. The procurement aims to ensure the effective maintenance and operational efficiency of critical security systems, including installation, upgrades, and cybersecurity compliance for systems such as Lenel Access Control and Bosch CCTV. This initiative is vital for maintaining high security standards and operational integrity within government logistics facilities. Interested parties should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or call 717-770-8774 for further details, with the contract structured as a Firm-Fixed-Price for a four-year maintenance period starting April 5, 2025, and a total ceiling price of $20,000 for each option year.
    JWICS Installation Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of JWICS (Joint Worldwide Intelligence Communications System) infrastructure at Ellsworth Air Force Base in South Dakota. This procurement involves a two-phase project focused on establishing a new network node, which includes the installation of switch/router infrastructure, a three-cluster Virtual Server Core Cluster, and the provision of training for local technicians on the new systems. The equipment required for this project includes HPE servers, Cisco networking equipment, and APC power solutions, all of which must comply with federal standards and be non-refurbished. Interested contractors must have TS/SCI security clearances and are expected to complete the work by August 1, 2025, with a performance period of 180 days following the issuance of a Notice To Proceed. For further inquiries, interested parties can contact Matthew Moye at matthew.moye.4@us.af.mil or Joshua Johnson at joshua.johnson.233@us.af.mil.
    Key Management System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified vendors for the supply of an Automated Key Management System intended for military use. The procurement requires a system with a capacity of 550 fob ports, incorporating essential security features and installation capabilities, while adhering to federal regulations and guidelines. This initiative underscores the importance of enhancing security measures within military operations and emphasizes the government's commitment to inclusivity by encouraging participation from economically disadvantaged and women-owned small businesses. Interested parties can reach out to Carl J. Kuhlman at carl.j.kuhlman.civ@army.mil or Sheri Herrin at sheri.r.herrin.civ@army.mil for further inquiries, with the solicitation document available for review to ensure compliance with submission requirements.
    Automated Tool Kits
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of Automated Tool Kits, as outlined in the Request for Quote (RFQ) FA301625Q0071. The primary objective is to acquire automated tool cabinets designed for Vehicle Maintenance and Management Airmen, featuring specifications such as a compact design, keyless entry, and a touch screen interface to enhance operational efficiency and tool management. This initiative is crucial for ensuring the proper organization and accountability of maintenance equipment, thereby supporting military readiness. Interested vendors must submit their proposals by 10:00 AM CST on March 17, 2025, and can direct inquiries to Deshawn Smith at deshawn.smith.4@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.mil.
    PKB Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance services related to PKB Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing personnel, tools, and supplies to perform routine inspections, emergency repairs, and maintenance services, ensuring the systems' proper functionality, with a response time for emergency repairs set at 72 hours. This procurement is crucial for maintaining operational efficiency and security within military operations, as the systems are integral to the storage and management of sensitive materials. Interested vendors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or Patrick Enriquez at patrick.enriquez.4@us.af.mil for further details, with the contract expected to commence on February 5, 2025, and run through September 30, 2030, including options for extension.