Federal Contract Opportunity

Last Updated on 08 Jul 2025 at 11 AM
Combined Synopsis/Solicitation
Chicopee Massachusetts

Critical Network Node Security Cages

Details

Solicitation ID FA660625Q0019
Posted Date 08 Jul 2025 at 11 AM
Response Date 17 Jul 2025 at 4 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa6606 439 Conf Pk
Agency Department Of Defense
Location Chicopee Massachusetts United states 01022

Possible Bidders

Mckesson Corporation

Minneapolis Alpharetta Phoenix Cayce Livonia Broomfield Concord O fallon Malvern West sacramento Westminster North hampton Irving San francisco

Mckesson Corporation

Minneapolis Alpharetta Phoenix Cayce Livonia Broomfield Concord O fallon Malvern West sacramento Westminster North hampton Irving San francisco

Mckesson Corporation

Minneapolis Alpharetta Phoenix Cayce Livonia Broomfield Concord O fallon Malvern West sacramento Westminster North hampton Irving San francisco

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sign up to access Documents

Signup now

7/08/2025: Corrected date error, Monday changed to Thursday for July 17th and 10th...RS

-----------------------------------------------------------------------------------------------------------------------

Westover ARB is seeking quotes for one (16) 8x8x8 Critical Network Node Security Cages

The salient features have been attached as a document to this solicitation

(i)    This is a combined synopsis/solicitation for commercial items 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; Quotes are being requested and a written solicitation will not be issued.

(ii)    A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.

(iii)    This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20250117, and Defense Air Force Federal Acquisition Regulation Supplement 20241016. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.

(iv)    This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-

(v)   For Technical Acceptability the Vendor MUST provide:

a.  Unit & total price per CLIN as outlined in the attachment "Solicitation CLIN Schedule (Fillable)"

b. Warranty description, including duration and coverage. Failure to provide this information may result in disqualification.

c. All salient feature met

Description of Requirement: The 439 CS (Westover Air Reserve Base) requires sixteen (16) Security Cages (see attached 'Salient Features_Security Cages', and/or see 'Salient Features' below in this Description) to mitigate critical vulnerabilities within our network infrastructure. This proactive measure is paramount to safeguarding essential networking devices - including switches, uninterruptible power supplies (UPSs), fiber optic transceivers, and related equipment - which are currently exposed and susceptible to unauthorized access, malicious tampering, and potentially catastrophic disruption. This is in accordance with Air Force Inspectors' Reports and AFRC Handbook 32-1001 requirements.

See ALL Attachments (below)

NAICS - 332510 Hardware Manufacturing (Hardware Store, Home Improvement Center, or MRO - Services)

This is a single award, firm-fixed-price acquisition with all quotes being evaluated based on a LPTA (Lowest Price Technically Acceptable) basis and quotes should be sufficiently detailed to make that determination.

All Salient Feature minimums MUST be met to be considered a viable quote.

Please make quotes valid for 90 Days.

Salient Features:

1. General Cage Construction: -Each security cage shall have internal dimensions of 8 feet (width) x 8 feet (depth) x 8 feet (height). -Each security cage shall be constructed of panels, with dimensions of 4 feet x 8 feet (see Hinged Door below). -Each security cage shall be constructed of 10-gauge wire mesh with maximum 2 inch square mesh openings. -Each security cage, at a minimum, shall utilize 2 inch (width) x 2 inch (depth), 14-gauge steel posts for structural support. -Each security cage shall have a powder-coated finish in any standard dark color (e.g. black, brown, gray, etc...).

2. Roof: -Each security cage shall include a roof constructed of 10-gauge wire mesh with maximum 2 inch square mesh openings, with dimensions of 8 feet x 8 feet (may be provided as two separate 4 feet x 8 feet panels). -The roof shall be designed to protect the contents of the cage from debris and prevent unauthorized access from above. -The roof shall be designed for secure attachment to the underlying cage structure.

3. Hinged Door: -Each security cage shall include one 4 feet x 8 feet panel with built-in hinged door, minimum door dimensions 3 feet (width) x 7 feet (height). -Each hinged door shall swing freely/smoothly without binding, opening at least 90 degrees inward/outward.

4. Locking Mechanism: -Each security cage door shall incorporate a commercial built-in cylinder lock. -Each cylinder lock shall be a standard type, allowing for re-keying if required. -Each security cage door/lock shall be delivered with keys. -Each security cage door shall incorporate non-removable hasps (for future padlocking use).

5. Assembly and Mounting: -Each security cage shall be delivered unassembled. -The security cage shall be designed for bolting to the floor. -The security cage shall include all necessary floor-mounting hardware (e.g., bolts, anchors, etc...) suitable for concrete and/or wood floors.

6. Performance: -The security cage shall be robust enough to withstand reasonable attempts at forced entry. -The security cage shall be resistant to corrosion and weathering under normal indoor conditions.

(vi)   Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.

Quotes must include the following information: Pricing, Company Name & Address, Point of Contact, Telephone, Email, Cage Code, UEI Number, and Business Size.

Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26.

Vendor Solicitation amendments, if any, need to be acknowledged.

(vii)    Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on a basis of Lowest Price Technically Acceptable (LPTA). Price - Total evaluated price will be used and will be calculated by determining the sum of CLINS 0001 and CLINS 0002. Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST provide detailed information regarding warranties for each item, including duration and coverage, as well as, specifications that are outlined in “Salient Features NEW Security Cages”. Failure to provide warranty information may result in disqualification.

(viii)    Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items

(ix)    Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

(x)    Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 

(xi)    IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.

(xii)    Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.

(xiv)    Quotes must be submitted via email no later than (NLT) 12:00 PM EDT Thursday July 17th 2025 to [email protected] and/or [email protected]. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 12:00 PM Thursday EDT July 10th 2025.

(xv)    Questions concerning this solicitation should be directed to [email protected] and/or [email protected].

Similar Opportunities

Chicopee Massachusetts 17 Jul 2025 at 4 PM
Montrose New york 09 Jul 2025 at 8 PM
Billings Montana 16 Jul 2025 at 11 PM
Port angeles Washington 15 Jul 2025 at 10 PM
Billings Montana 16 Jul 2025 at 11 PM

Similar Awards

Location Unknown 13 Aug 2012 at 4 PM
Location Unknown 20 Sep 2017 at 2 PM
Fort bragg North carolina 19 Aug 2008 at 9 PM
Texas Not Specified
New york New york 12 Dec 2006 at 5 AM