SOLICITATION NOTICE
Z -- Automatic Doors Maintenance at Edwards, AFB CA
- Notice Date
- 12/23/2025 4:06:42 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- A048244
- Response Due
- 1/9/2026 3:00:00 PM
- Archive Date
- 01/24/2026
- Point of Contact
- Alejandra Negrete, Eric Romero
- E-Mail Address
-
alejandra.negrete@us.af.mil, eric.romero.11@us.af.mil
(alejandra.negrete@us.af.mil, eric.romero.11@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- AFTC/PZIOB Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 SUBJECT: Automatic Doors Repairs at Edwards, AFB � Combine Synopsis/Solicitation REF NO.: FA930126Q0004 (i) This is a combined synopsis/solicitation (hereafter referred to as �solicitation�) for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR Subpart 13.5) will be used for requirement. (ii) Solicitation Number: FA930126Q0004**Please provide the full solicitation number on all correspondence**This solicitation is issued as a Request for Quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-06, DPN 20251024, DAFAC 2025-1016 (iv) THIS REQUIRMENT WILL BE: Full and Open Competition; The North American Industry Classification System (NAICS) number for this acquisition is 238290 with a size standard of 22,000,000 employees. The applicable Product Service Code (PSC) is Z1QA, maintenance and restoration of real property (public or private) (v) Contract Line Item Number (CLIN) Nomenclature- The following services are required for each year of contract services and are provided as an example of the CLIN structure. See model contract/solicitation, attachment -1 for more information: CLIN 0001: Building 145 (Exterior - Door ID A1484469) labor and parts SLIN 0001AA: Bldg. 145 Exterior - Door ID A1484469: HDR PKG MF UNIV 75"" PAIR VIS DKB (Part# 334360) and Labor SLIN 0001AB: Bldg. 145 Exterior - Door ID A1484469: OPERATOR-IQ-M FORCE (Part# 314309) and Labor SLIN 0001AC: Bldg. 145 Exterior - Door ID A1484469: KIT-CONTROLLER-IQ-MF/MS DUAL (Part# 314315) and Labor SLIN 0001AD: Bldg. 145 Exterior - Door ID A1484469: ARM-DOOR VISIBLE OUT PKG DRK BRZ (Part# 907332251) and Labor SLIN 0001AE: Bldg. 145 Exterior - Door ID A1484469: ROD-TIE-VISIBLE 12 1/2 OUT DRK BRZ (Part# 907730116) and Labor CLIN 0002: Building 1020 (Interior - Door ID A1735687) Parts and Labor SLIN 0002AA: Bldg. 1020 (Interior - Door ID A1735687): LOAD WHEEL and Labor (Part# 414011) and Labor SLIN 0002AB: Bldg. 1020 (Interior - Door ID A1735687): SENSOR-OPTEX X-ZONE ST (Part# 700447) and Labor SLIN 0002AC: Bldg. 1020 (Interior - Door ID A1735687): KIT-CONTROLLER-IQ-MF/MS DUAL (Part# 314315) and Labor SLIN 0002AD: Bldg. 1020 (Interior - Door ID A1735687): KIT-CONTROLLER-IQ-MF/MS DUAL (Part# 314315) and Labor SLIN 0002AE: Bldg. 1020 (Exterior - Door ID A1735686): SENSOR-OPTEX X-ZONE ST (Part# 700447) and Labor SLIN 0002AF: Bldg. 1020 (Exterior - Door ID A1735686): KIT-CONTROLLER-IQ-MF/MS DUAL (Part# 314315) and Labor SLIN 0002AG: Bldg. 1020 (Exterior - Door ID A1735686): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part# 314328) and Labor CLIN 0003: Building 1199 (Exterior - Door ID A1735689) Parts and Labor SLIN 0003AA: Bldg. 1199 (Exterior - Door ID A1735689): KIT-CONTROLLER-IQ-MF/MS DUAL (Part#314315) and Labor SLIN 0003AB: Bldg. 1199 (Exterior - Door ID A1735689): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor SLIN 0003AC: Bldg. 1199 (Exterior - Door ID A1735689): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor SLIN 0003AD: Bldg. 1199 (Exterior - Door ID A1735689): IDLER ASSY (Part#515059) and Labor CLIN 0004: Building 1600 (Interior - Door ID A1720270 and Exterior - Door ID A1720269) Parts and Labor SLIN 0004AA: Bldg. 1600 (Interior - Door ID A1720270): KIT-CONTROLLER-IQ-MF/MS DUAL (Part#314315) and Labor SLIN 0004AB: Bldg. 1600 (Interior - Door ID A1720270): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor SLIN 0004AC: Bldg. 1600 (Interior - Door ID A1720270): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor SLIN 0004AD: Bldg. 1600 (Interior - Door ID A1720270): SPRING BREAKOUT ASSM (Part#411842) and Labor SLIN 0004AE: Bldg. 1600 (Exterior - Door ID A1720269): KIT-CONTROLLER-IQ-MF/MS DUAL (Part#314315) and Labor SLIN 0004AF: Bldg. 1600 (Exterior - Door ID A1720269): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor SLIN 0004AG: Bldg. 1600 (Exterior - Door ID A1720269): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor SLIN 0004AH: Bldg. 1600 (Exterior - Door ID A1720269): SPRING BREAKOUT ASSM (Part#411842) and Labor CLIN 0005: Building 1610 (Exterior -Door ID A1520717) Labor and Parts SLIN 0005AA: Bldg. 1610 (Exterior - Door ID A1735681): DOORWAY HOLDING BEAM-DUAL (Part# 313710) and Labor CLIN 0006: Building 1830A (Exterior - Door ID A1720262): Parts and Labor SLIN 0006AA: Bldg. 1830A (Exterior - Door ID A1720262): HRT C0805-1 BALL CATCH ASSY W/C830R2 BRT (Part#CL2001699) and Labor SLIN 0006AB: Bldg. 1830A (Exterior - Door ID A1720262): DOORWAY HOLDING BEAM-DUAL (Part#313710) and Labor SLIN 0006AC: Bldg. 1830A (Exterior - Door ID A1720262): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor SLIN 0006AD: Bldg. 1830A (Exterior - Door ID A1720262): HRT C2873B BOTTOM TRACK DKBZ 4""/W FBO (Part#CL2119) and Labor CLIN 0007: Building 2200 Interior (Door ID A1502714 and Exterior - Door ID A1502715) Parts and Labor SLIN 0007AA: Bldg. 2200 (Interior - Door ID A1502714): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor SLIN 0007AB: Bldg. 2200 (Interior - Door ID A1502714): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor SLIN 0007AC: Bldg. 2200 (Interior - Door ID A1502714): KIT-CONTROLLER-IQ-DUAL-RPC (Part#314321) and Labor SLIN 0007AD: Bldg. 2200 (Exterior - Door ID A1502715): KIT-CONTROLLER-IQ-DUAL-RPC (Part#314321) and Labor SLIN 0007AE: Bldg. 2200 (Exterior - Door ID A1502715): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor SLIN 0007AF: Bldg. 2200 (Exterior - Door ID A1502715): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor SLIN 0007AG: Bldg. 2200 (Exterior - Door ID A1502715): LOAD WHEEL PKG - DURA GLIDE (Part#972312729) and Labor CLIN 0008: Building 2665 (Exterior -Door ID A1520717) Labor and Parts SLIN 0008AA: Bldg. 2665 (Exterior -Door ID A1520717): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor CLIN 0009: Building 3000 (Exterior - Door ID A1720266) Parts and Labor SLIN 0009AA: Bldg. 3000 (Exterior - Door ID A1720266) SENSOR-OPTEX X-ZONE ST (Part#700447) Parts and Labor SLIN 0009AB: Bldg. 3000 (Exterior - Door ID A1720266): DOORWAY HOLDING BEAM-DUAL (Part#313710) Parts and Labor SLIN 0009AC: Bldg. 3000 (Exterior - Door ID A1720266): HRT C3636 BELT SLIDER/CARRIAGE WHEEL (Part#CL2199) and Labor CLIN 0010: Building 4505 (Exterior - Door ID A1720287 and Exterior - Door ID A1720288) Parts and Labor SLIN 0010AA: Bldg. 4505 (Exterior - Door ID A1720287): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor SLIN 0010AB: Bldg. 4505 (Exterior - Door ID A1720288): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor CLIN 0011: Building 5210 (Exterior - Door ID A1720283) Parts and Labor SLIN 0011AA: Bldg. 5210 (Exterior - Door ID A1720283): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor SLIN 0011AB: Bldg. 5210 (Exterior - Door ID A1720283): HOOD-RAIN X-ZONE ST SENSOR (Part#700844) and Labor SLIN 0011AC: Bldg. 5210 (Exterior - Door ID A1720283): HRT C5656 FAIL SECURE AUTO LOCK 2003 (Part#CL4069) and Labor SLIN 0011AD: Bldg. 5210 (Exterior - Door ID A1720283): HRT C3636 BELT SLIDER/CARRIAGE WHEEL (Part#CL2199) and Labor CLIN 0012: Building 5232 (Exterior - Door ID A1720284 and Interior - Door ID A1720286) Parts and Labor SLIN 0012AA: Bldg. 5232 (Exterior - Door ID A1720284): KIT-CONTROLLER-IQ-DUAL-RPC (Part#314321) and Labor SLIN 0012AB: Bldg. 5232 (Exterior - Door ID A1720284): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor SLIN 0012AC: Bldg. 5232 (Exterior - Door ID A1720284): SOLENOID LOCK PKG LH FAIL SEC-MC521 (Part#313985-4) and Labor SLIN 0012AD: Bldg. 5232 (Interior - Door ID A1720286): KIT-CONTROLLER-IQ-DUAL-RPC (Part#314321) and Labor SLIN 0012AE: Bldg. 5232 (Interior - Door ID A1720286): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor (vi) Description: The Air Force Test Center (AFTC), 412th Test Wing Civil Engineering (412 CE/CEOES), Edwards AFB, CA requires Automatic Door Repairs at Edwards, AFB. The Contractor shall furnish all supervision, equipment, tools, labor, and supplies necessary to perform the repair and replacement of automatic door components at specified facilities located on Edwards Air Force Base (EAFB), California. The work shall be performed in accordance with (IAW) this SOW, industry standards and/or manufacturer recommendations, whichever is strictest. (vii) The anticipated contract will be a one-time Firm-Fixed-Price (FFP), Purchase Order. The period of performance is 30 January 2026 - 30 September 2026. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial applies to this acquisition. (ix) The provision at 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. Please see attachment 1 for addendum: ADDENDUM to FAR 52.212-2 Basis For Contract Award: Reference Attachment-4 �Addendum to FAR 52.212-1 and FAR 52.212-2� Additional Instructions: Part I � Offeror Quotation � Submit by email (1) virus free electronic copy in .pdf, utilizing the model contract CLIN structure in attachment-1. (x) Vendors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) Additional Contract Requirement or Terms and Conditions: See model contract (Attachment-6) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Vendor quotes are due by 9 January 2026 at 03:00PM PDT, and shall be submitted via email to the Contract Specialist Alejandra Negrete at alejandra.negrete@us.af.mil and the Contracting Officer Eric Romero at eric.romero.11@us.af.mil. No late quotations will be accepted. (xvi) Primary Point of Contact: Alejandra Negrete, Contract Specialist at alejandra.negrete@us.af.mil. Secondary Point of Contact: Eric Romero, Contracting Officer at eric.romero.11@us.af.mil . Interested parties who believe they can meet the requirements for the services described in this solicitation are invited to submit a completed quote using the attached SF. Vendors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in the solicitation. Any information provided in response to this solicitation is strictly voluntary; the Government will not pay for information submitted in response to this solicitation. Award will be made using the criteria in FAR 52.212-2 and its addendum (detailed within Solicitation Attachment-6). The Air Force will award to the offeror who provides the best overall value to the Government. The applicable contract provisions and clauses can be found on pages 19-75 of the SF 1449. Contractors who conduct business with or are interested in conducting business with the Department of Defense must register with the System for Award Management (SAM) which can be accessed at http://www.sam.gov/. All Vendors must comply with the requirements at FAR Clause 52.204-7, System for Award Management, and DFARS Provision 252.204-7004 Alternate A, System for Award Management. Online representations and certifications application (ORCA) must be completed via SAM.[NACUAA1] [NACUAA2] As a result of new policy beginning 10 November 2025, we would like to inform you of your responsibility to comply with the DoD's CMMC 2.0 framework at Level 1. CMMC is the DoD's program to verify that all contractors have implemented the required cybersecurity standards to protect Federal Contract Information (FCI). Per FAR 52.204-21, FCI is information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service. Your organization's CMMC status will be verified to be active and accurate in the Supplier Performance Risk System (SPRS) module of PIEE. The DoD established the CMMC program to provide assurance that all contractors are protecting sensitive unclassified information at a level commensurate with the risk from cyber threats. CMMC compliance is not optional. It will be verified as a non-negotiable ""go/no-go"" condition for contract eligibility and award going forward. Any Questions regarding this solicitation are due on or before 5 January 2026 at 11:00am PST. No questions submitted after this deadline will be considered. Vendors are encouraged to prepare questions in advance of Site Visit attendance, as this will aid the Government in developing responses. All Questions submitted within the Q&A window will be answered and posted as an amendment to this Solicitation on or around 7 January 2026.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/99750b386f5e405b803593123b50e2e7/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07673709-F 20251225/251223230032 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |