BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published September 16, 2025 at 8:00 PM

Updated September 17, 2025

This is a service / maintenance or supply contract in South Base, Georgia. Contact the soliciting agency for additional information.

COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is issued as a request for Quotation (RFQ) with the reference number of FA850125Q0055. This solicitation notice and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated June 11, 2025 This requirement will be a full and open competition under the following NAICS and size standards: NAICS: 561621; Security Systems Services (except Locksmiths) Size Standard: $25,000,000.00 This Solicitation and subsequent quotes will use the following Contract Line Items (CLINs) format below: CLINs: Please see solicitation docuemnt for CLIN structure UOI: 40 EACH (ESTIMATED) DESCRIPTION: Overhead Fire Door Test and Inspection (Base Year) The US Government has a requirement for annual testing and inspection of an estimated amount of fourty (80) each Fire Doors on Robins AFB comprising of an estimated amount of fourty (40) doors owned by the 78 ABW and partnered organizations (CLIN 0001) and fourty (40) doors owned by the Warner Robins Air Logistics Center (CLIN 0002). All doors must be tested by qualified personnel in accordance with NFPA and requirements as laid out in the Statement of Work. The provision 52.212-1; Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The provision is incorporated by reference and can be viewed at https://www.acquisition.gov/far/52.212-1. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, is applicable to this requirement. The specific evaluation criteria determined by the Contracting officer in paragraph (a) is as follows: "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:" Lowest Firm Fixed Price that meets the Technical characteristics identified in this solicitation. Offerors are advised to include with their quotes a completed copy of the requirements stated in the provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. Failure to do so may disqualify the offeror from award. The provision and subsequent clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and is incorporated by reference. The provision and subsequent clauses at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services applies to this acquisition. The DOD, based upon audit findings, has renewed its focus on Financial Capability/Responsibility of federal contractors who receive awards. As such, the USG requests the following in the event that we eventually award you a contract under this effort: Please provide a narrative statement from your company on how you can successfully cover your financial responsibilities for the duration of the contract, which has an estimated value of $150,000.00 within the next 5 years under this contract. Along with this narrative, please provide any substantiating documentation that you feel would bolster your position. Examples of substantiating documentation can be found at DFARS 232.072-2. Please include this information with your offer by the requested date but no later than 1 August 2025. Lastly, for your awareness, requests for pre-award surveys of your companies were sent to DCMA. We are doing the above in parallel with that effort in the event that DCMA's review timeline exceeds our award schedule. Do not be surprised if you hear from them soon as well. Quotes will be due no later than 1700 EDT on 23 July 2025 via email correspondence to the individuals identified below. Any questions regarding this Solicitation can be directed to TSgt Justice Jaeger @ justice.jaeger@us.af.mil or Kevin Hinman @ kevin.hinman.2@us.af.mil

Award

Military

$108,144.00

Public - Federal

Service, Maintenance and Supply

3

3

2

2

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
129
Active Projects
61
Bidding Soon
759
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

July 29, 2025

August 28, 2025

Project location map

Multiple Locations, South Base, GA


Recently Viewed

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.