Loading...
FA860126Q0036
Response Deadline
May 28, 2026, 2:00 PM(EDT)14 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Combined Synopsis/Solicitation
AFLCMC/PZIBB Installation Contracting Support
Wright Patterson AFB, OH 45323
Date: 14 May 2026
Title: Access Control Systems (ACS) Door Maintenance
Request for Quote (RFQ) / Solicitation Number: FA860126Q0036
Quotes Due: 28 May 2026 at 10:00 am EST
Contact Point(s): Megan From, Contract Specialist; megan.from@us.af.mil
Contact Point(s): Raschelle Swindle, raschelle.swindle@us.af.mil
Description: This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with RFO Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number FA860126Q0036 is issued as a request for quotation (RFQ), for a non-personal services IDIQ contract to provide comprehensive preventative maintenance and corrective repair and replacement services for security doors.
This acquisition is solicited as a Brand Name Justification for contractors certified and authorized to work on Genetec equipment as outlined in the Performance Work Statement under NAICS code 561621. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at https://www.acquisition.gov/far-overhaul.
The Government reserves the right to conduct interchanges with some, none, or all offerors, or make no award at all depending upon: 1) the quality of quotations received, and 2) whether proposed prices are determined to be fair and reasonable. The Government also reserves the right to cancel this solicitation, either before or after the closing date.
1. Requirement:
The Acquisition Management Complex (AMC) Access Control System (ACS) provides secure access control to sensitive areas, ensuring compliance with HSPD-12 and FIPS-201 regulations. The purpose of this contract is to ensure the ongoing functionality, security, and compliance of the ACS, maintaining the system previously installed. This Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide comprehensive preventative maintenance and corrective repair and replacement services for security doors. The Contractor shall be certified, authorized and qualified to operate Genetec Doors, Equipment and Systems and shall provide all necessary personnel, management, supplies, and equipment to perform the services defined herein. The objective is to ensure all security doors are maintained in a safe, fully operational, and compliant condition at all times. This contract will be awarded as a Firm-Fixed-Price (FFP) IDIQ for all scheduled preventative maintenance, with a separate Firm-Fixed-Price Level-of-Effort Contract Line-Item Number (CLIN) for unscheduled or necessary corrective maintenance, emergency replacement, and repairs.
2. Period of Performance:
The Period of Performance (PoP) is The Period of Performance is anticipated to be one (1) Base Year with four (4) one-year Option Years, Offerors must submit a six-month pricing extension IAW RFO 52.217-8 Option to Extend Services.
3. Provisions and Clauses:
See solicitation attachment for applicable provisions and clauses that apply to this acquisition.
NOTE 1: In accordance with R-DFARS 252.204-7998, Alternate A, Annual Representations and Certifications (Deviation 2026-O0043) (FEB 2026), the offeror's quote submission legally binds and certifies that its SAM registration is current, complete, accurate, and has been updated within the preceding 12 months as of the offer's date.
NOTE 2: In accordance with R-DFARS 252.204-7021 and R-DFARS 252.204-7025, a CMMC Level 1 assessment is the mandatory minimum requirement for all offerors bidding with the Department of War. Under CMMC Level 1, all offerors must demonstrate full compliance by self-certifying with the 15 basic safeguarding requirements for Federal Contract Information (FCI) outlined in RFO 52.240-93(b)(1). Once your organization has confirmed its compliance with these 15 requirements, you must enter this self-certification into the Supplier Performance Risk System (SPRS) module within PIEE (https://piee.eb.mil). Contract award cannot be made to any offeror that is not fully compliant and whose assessment results are not properly recorded in the system of record. You must verify the CMMC Level required for this award by checking the provisions and clauses within the solicitation.
4. Quotes Due Date:
Quotes must be submitted electronically to the Contract Specialist via e-mail at megan.from@us.af.mil and Contracting Officer at raschelle.swindle@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 28 May 2026 @ 10:00 AM EST. It is the responsibility of the offeror to ensure that the quote and its attachments are received. Any correspondence sent via e-mail must contain the subject line “FA860126Q0036, Access Control Systems (ACS) Door Maintenance” The entire quotation must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. If a DoDSafe drop off is needed, please notify the contract specialist or contracting officer at least 48 hours before quotes are due. Any quotes received after designated closing date and time need not be considered. Quotes must include aggregate total of base plus all option year CLINS, if requested (IAW RFO 52.217-5 Evaluation of Options). All quotes shall be in whole dollars and conform to the Contract Line-Item Number (CLIN) structure of attached solicitation.
5. Notice to Vendor(s):
All vendors must fully complete and return the 'Required Information Sheet' (attached to the solicitation) and return with their quotation. Additionally, quotations that contain pricing only with no description/detail of the supply/service that will be provided will not be accepted or considered for award.
6. Tariffs:
In accordance with R-DFARS 252.225-7013, the contractor is prohibited from including any amount for customs duties on eligible items within the quote price. The claim for duty-free entry is restricted to supplies destined for government use, either as end items or as components thereof. The Government will provide assistance in the process of obtaining duty-free entry.
7. Period of Acceptance of Quotes:
Offeror agrees to hold prices in its quote firm for 60 calendar days from the date specified for receipt of offers.
8. SAM Registration:
Firms submitting a quote for the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless of the package being considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, SAM.gov.
List of Attachments:
REQUIRED INFORMATION SHEET:
(All vendors must complete and return this sheet with quote submission.)
Shipping/transportation will be FOB: Destination
Manufacturers End Product Country of Origin (Supplies Only):______________________
Payment Terms: ________________________ Delivery Date: ________________________
Company Name (as registered in SAM): ___________________________________________
UEI: _____________________________ CAGE: ____________________________________
CMMC Unique Identifier (UID): ________________________________________________
POC: _________________________________ Telephone: _____________________________
E-Mail: ________________________________
Warranty Information: _________________________________________________________
Megan From
Raschelle Swindle
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
FA8601 AFLCMC PZIO
FA8601 AFLCMC PZIO
ADMIN ONLY NO REQTN CP 937 255-8922
2000 ALLBROOK DRIVE BLDG 2
WRIGHT PATTERSON AFB, OH, 45433-5344
NAICS
Security Systems Services (except Locksmiths)
PSC
MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
Set-Aside
No Set aside used