Federal Contract Opportunity

Last Updated on 30 Jun 2025 at 5 PM
Solicitation
Barksdale air force base Louisiana

Paxton Locks

Details

Solicitation ID FA460825QS032
Posted Date 30 Jun 2025 at 5 PM
Response Date 10 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4608 2 Cons Lgc
Agency Department Of Defense
Location Barksdale air force base Louisiana United states 71110

Possible Bidders

J & L America Incorporated

Southfield Livonia

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now

***UPDATE (06/30/2025). Please see amendment 03 in attachments.

***UPDATE (06/23/2025): Please see amendment 02 in attachments.

***UPDATE: Please see amendment 01 in attachments.

This is a combined synopsis/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 only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is FA460825QS032 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-03) as of 17 January 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 561621. The small business size standard is $25.0M.
Contracting Office Address:
Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (AFB), Louisiana (LA), 71110, United States (US).
DESCRIPTION/PURPOSE:
The purpose of this requirement is to procure and install 15 Paxton-compatible access control systems on behalf of the 2nd Security Forces Squadron (2 SFS) located at Barksdale Air Force Base, in accordance with Attachment 2 – Performance Work Statement.
CLIN 0001 – The Contractor shall provide all labor, materials, and equipment necessary to install 15 Paxton- compatible access control panels, KP75 keypad readers, electric strikes, lever locks, door wraps, and CAT6 cabling in accordance with Attachment 2 – Performance Work Statement.
PERIOD OF PERFORMANCE:
30 days after date of award
PLEASE PROVIDE INFORMATION BELOW:
COMPANY: DATE:
SAM UEI: CAGE NUMBER:
POC: TELEPHONE #:
E-MAIL ADDRESS: TAX ID #:
Do you have capacity to invoice electronically through WAWF? (Yes / No)
Notice to Offeror(s)/Supplier(s): Funds are presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
IMPORTANT: The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see attachment 1.
1. This solicitation is subject to the Federal Acquisition Regulation (FAR). Quoters should carefully review the attached Wage Determination. While the Wage Determination may contain language referencing the implementation of Executive Order 14026 (Increasing the Minimum Wage for Federal Contractors), the application of Executive Order 14026 and its implementing regulations under this contract are governed by the FAR.
As of the date of this solicitation, Federal Acquisition Regulation FAC Number 2025-03, effective January 17,
2025, has not issued any amendments to FAR clause 52.222-55. Therefore, FAR clause 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026, as currently in effect under the FAR, will be incorporated into any resulting contract.
Although Executive Order 14026 has been rescinded, implementing language and regulations rescinding FAR 52.222-55 have not been issued. Therefore, FAR 52.222-55 remains in full force and effect until formally modified or rescinded through the FAR.
Quoters are responsible for understanding and complying with all applicable FAR clauses, including, but not limited to, FAR clause 52.222-55, as currently in effect. Any inconsistency between the attached Wage Determination and the requirements of FAR clause 52.222-55 shall be resolved in favor of the FAR clause.
By submitting a quote in response to this solicitation, the quoter acknowledges and agrees to the terms and conditions set forth in this information.
2. The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see attachment 1.
Quotes shall be submitted in electronic format and emailed to [email protected] no later than the solicitation due date and time. Email is the required method; however, it is the contractor’s responsibility to follow up with the listed POC to ensure their quote was received on time. Since the Government anticipates award will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response.
BEST VALUE DETERMINATION: Award will be based on price/technical to determine best value.
IMPORTANT DATES AND TIMES:
A site visit will be held at 09:00 AM CST on Thursday, 3 July 2025. Interested parties must RSVP no later than COB Wednesday, 2 July 2025 at 12:00 PM CST (if no RSVP is received by this deadline, the site visit will be canceled).Quotes are due no later than 04:00 PM CST on Thursday, 10 July 2025.
The following attachments are applicable to this RFQ:
Attachment 1 - Provisions and Clauses Attachment 2 - Performance Work Statement
Attachment 3 – Wage Determination
Points of Contact (POCs):
Contract Specialist: SrA Lorenzo Kawaihalau-Delena; Telephone: (318) 456-9729; Email: lorenzo.kawaihalau-
[email protected]
Contracting Officer: Thomas Hutchins; Telephone: (318) 456-3729; Email: [email protected]

Similar Opportunities

Dover air force base Delaware 21 Jul 2025 at 7 PM
Dover air force base Delaware 21 Jul 2025 at 7 PM
Dover air force base Delaware 21 Jul 2025 at 7 PM
Dover air force base Delaware 21 Jul 2025 at 7 PM
Curtis bay Maryland 10 Jul 2025 at 11 AM

Similar Awards

Location Unknown Not Specified
Location Unknown Not Specified
New orleans Louisiana 13 Feb 2017 at 8 PM
Platte South dakota Not Specified
Louisiana Not Specified