Loading...
F1S0AS6111A001
Response Deadline
May 4, 2026, 5:00 PM(PDT)5 days
Eligibility
Contract Type
Sources Sought
Description(s): REQUEST FOR INFORMATION FOR Removing/replaceing 4 single full height turnstiles, and 2 tandem full height turnstiles.
THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.
1. Purpose.
This is a Request for Information in support of Market Research being conducted by the United States Air Force to identify potential sources for installation of six full-height turnstiles.
2. Requirement.
This acquisition anticipates seeking a contractor who can provide installation of six full-height turnstiles at Edwards AFB. The requirement consists of the following services:
Remove/replace 4 single full height turnstiles, and 2 tandem full height turnstiles (Note:It is not a requirement to have HIRSCH Brand, however it is a requirement that the turnstiles are compatible with the existing Hirsch access control system that are installed on the existing turnstiles.
***PLEASE SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS)***
3. Information requested.
The Government requests interested offerors that can fully support this requirement furnish the following information:
1. Company name, SAM Unique Entity ID (UEI) and Cage Code, address, points of contact, phone numbers and e-mail addresses.
2. Information should include a market research quote identifying all specifications for each line item. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.
3. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined the Federal Acquisition Regulation FAR Part 19 and currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at https://www.sba.gov/document/support-table-size-standards .The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 339999 “All Other Miscellaneous Manufacturing”. The Small Business Size Standards in number of employees is 550.
4. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 3 pages.
4. Inquiries.
Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted.
The due date and time for responses to this synopsis is 10:00am Pacific Standard Time on 04 May 2026.
Carmen Barahona
Anne Beach
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE TEST CENTER
FA9302 AFTC PZZ
FA9302 AFTC PZZ
CP 661 277 4503
5 SOUTH WOLFE AVE BLDG 2800
EDWARDS AFB, CA, 93524-1185
NAICS
All Other Miscellaneous Fabricated Metal Product Manufacturing
PSC
VENDING AND COIN OPERATED MACHINES
Set-Aside
SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)