Similar Projects
Service and Repair of Won Doors
Term Contract
Design
$518,000 CJ est. value
Los Angeles, CA 90045

Crescent City Wastewater Treatment Plant Influent Gate Replacement Project
Renovation
Bidding
$76,400 CJ est. value
Crescent City, CA 95531

CHP Rainbow Commercial Vehicle Enforcement Facility (CVEF) - Automatic Bay Door Replacement - Rebid 1
Renovation
Sub-Bidding
$190,000 CJ est. value
Fallbrook, CA 92028

Window Tint and Blinds Replacement Services
Renovation
Sub-Bidding
$55,000 CJ est. value
San Bernardino, CA 92401

California Highway Patrol (CHP) Calexico Bay Door Replacement
Renovation
Post-Bid
$300,000 CJ est. value
Calexico, CA 92231

Door Replacement Services
Term Contract
Post-Bid
$200,000 est. value
Victorville, CA 92392

Replacement of Roll Up Door Openers
Alteration
Results
CA

Americans with Disabilities Act (ADA) Door Operator and Card Reader Services
Alteration
Results
$388,000 est. value
Rancho Cordova, CA 95742

730 Stanyan - Window MFG Bid
Demolition, LEED Certification, New Construction, Infrastructure - 193,739 SF
Construction
$10,000,000 CJ est. value
San Francisco, CA 94117

BC Window Replacement
Renovation
Construction
$1,101,412 CJ est. value
Bakersfield, CA 93305

RFQ Contractor - Biosolids Digester Facilities - T-08.02: Overhead Coiling Doors
Renovation
Pending Verification
$900,000 CJ est. value
San Francisco, CA 94103

Glass Security Door & Window Replacement Services
Renovation
Sub-Bidding
$80,000 CJ est. value
Santa Ana, CA 92701

Door, Window, Restroom Sink, Stalls, And Shower Removal And Replacement Services
Alteration
Post-Bid
$5,000 to $388,000 est. value
CA

Door Replacement and Window Repairs at Various Sites
Alteration
Results
$1,000,000 to $1,100,000 est. value
Whittier, CA

Replacement and Installation of Restroom Doors with magnetic lock system
Renovation
Sub-Bidding
$100,000 CJ est. value
Long Beach, CA 90802

Last Updated 10/03/2023 12:03 AM
Project Title

Automatic Door Maintenance and Repair Services

Physical Address View project details and contacts
City, State (County) Edwards AFB, CA 93524   (Kern County)
Category(s) Single Trades
Sub-Category(s) Windows/Doors
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $269,835 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Oct 01, 2023 Contract Award Number: FA930124D0002 Task/Delivery Order Number: FA930124F00023 Contractor Awarded Unique Entity ID: JNGGSHSM3EG6 Contractor Awarded Name: Allegion Access Technologies LLC Contractor Awarded Address: Carmel, IN 46032 USA Base and All Options Value (Total Contract Value): $269,835.00 Amendment #1 to this Combine Synopsis/Solicitation is to incorporate site visit information scheduled for 13 August 2023. Participation in the site visit is not required, but highly recommended. As a result of the site visit, the Q&A window and solicitation due date have been extended. See section (xv) below for site visit information. No other changes have been made to this solicitation. AFTC/PZIOB Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 SUBJECT: Automatic Doors Maintenance - Combine Synopsis/Solicitation REF NO.: FA9301-23-Q-0017 (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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation Number: FA9301-23-Q-0017 *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 2023-04, DPN 20230720, DAFAC 2023-0707. (iv) THIS REQUIRMENT WILL BE: 100% Full and Open Competition. The North American Industry Classification System (NAICS) number for this acquisition is 238290 with a size standard of $22M. The applicable Product Service Code (PSC) is Z1QA, Maintenance Of 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 for more information: CLIN X001: Quarterly PMI Services CLIN X002: Service Calls CLIN X003: Emergency Service Calls CLIN X004: Over & Above Service/Repairs (Not to Exceed $15,000 per year) (vi) Description: The Air Force Test Center (AFTC), 412th Test Wing Civil Engineering (412 CE/CEOES), Edwards AFB, CA requires management, tools, supplies, equipment, transportation, parts, and labor necessary to inspect, maintain, and repair all Automatic Doors attached to facilities (real property) located throughout Edwards Air Force Base (EAFB) and Air Force Research Lab (AFRL). (vii) The anticipated contract will a Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) five (5) year contract. The initial task year period of performance is 01 October 2023 - 30 September 2024. (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 below for addendum: ADDENDUM to FAR 52.212-2 Basis For Contract Award: This will be awarded to the Lowest Price Technically Acceptable Offeror. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. The Contracting Officer's Representative (COR) will evaluate the quote to determine technical acceptability on an acceptable/unacceptable basis. If a quote fails, it will be determined to be not technically acceptable, and the next quote will be evaluated. If the initial lowest price is found to be technically acceptable, evaluation stops, and award will be made to that vendor. Only one award will be made under this solicitation. Additional Instructions: Part I - Offeror Quotation - Submit by email (1) virus free electronic copy in .pdf, utilizing the model contract CLIN structure in attachment-4. Part II - Technical Capability - Submit by email (1) virus free electronic copy in .pdf or Microsoft Word or Excel. a. Technical capability document must address the PWS and the offerors ability to meet the requirements outlined. The offeror shall provide the information/documentation required IAW section 1.10 and section 4.2.1 of the PWS to be considered "technically acceptable". If the qualification is found technically unacceptable, quote evaluation stops, and the Government will begin evaluating the quote of the next higher-priced vendor. If the qualification provided meets the requirement, then the vendor will be deemed technically acceptable. (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-4) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) IMPORTANT - A site visit will be scheduled on 13 September at 01:30 PM, participation in the site visit is not mandatory; however, it is highly encouraged to help offerors understand the full scope and scale of the requirement. Each contractor may send up to two participants. Each participant must be cleared by Security Forces in order to attend. To register for the site visit send the following information to Ms. Alejandra Negrete and Mrs. Jillian Marroquin (contact information below) no later than 12 September at 4:00 PM PDT. Late submittals to this due date/time for attendance will not be guaranteed access to the site visit. Upon receipt of the following needed information, Ms. Negrete and Mrs. Marroquin and will provide additional details to site visit attendees: Last Name First Name Date of Birth Driver's License Number Driver's License State Last 4 of Social Security Number U.S Citizen - yes or no Vendor quotes are due by 21 September 2023 at 4:00 PM PDT, and shall be submitted via email to Ms. Alejandra Negrete alejandra.negrete@us.af.mil and Mrs. Jillian R. Marroquin jillian.marroquin@us.af.mil; No late quotations will be accepted. (xvi) Primary Point of Contact: Alejandra Negrete, Contract Specialist at alejanda.negrete@us.af.mil Secondary Point of Contact: Jillian R. Marroquin, Contracting Officer at jillian.marroquin@us.af.mil Any Questions regarding this solicitation are due on or before 14 September 2023 by 4:00pm PDT (16 August 2023-14 September 2023 is referred to as the Q&A Window). No questions submitted after this deadline will be considered. All Questions submitted within the Q&A window will be answered and posted as an amendment to this Solicitation on or before 18 September 2023.

Details

Division 08 - Openings, Doors and Frames, Windows.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents