Closed Solicitation · DEPT OF DEFENSE

    307TH GATE OPERATOR REPLACEMENT

    Sol. FA460825QS034SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BARKSDALE AFB, LA
    Closed
    STATUS
    Closed
    closed Jul 18, 2025
    POSTED
    Jul 9, 2025
    Publication date
    NAICS CODE
    561621
    Primary industry classification
    PSC CODE
    N063
    Product & service classification

    AI Summary

    The Department of Defense, specifically the Air Force, is soliciting quotes for the repair of the gate operator apparatus at the Munitions Storage Area entry control point on Barksdale Air Force Base, Louisiana. This 100% small business set-aside contract, identified as FA460825QS019, requires all labor and supplies for the repairs within 60 days post-award. Interested bidders must comply with FAR regulations and review the attached Wage Determination.

    Contract details

    Solicitation No.
    FA460825QS034
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 9, 2025
    Response Deadline
    July 18, 2025
    NAICS Code
    561621AI guide
    PSC / Class Code
    N063
    Issuing Office
    FA4608 2 CONS LGC
    Primary Contact
    Shakera Wilson
    State
    LA
    ZIP Code
    71110-2438

    Description


    Combined Synopsis & Solicitation


    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 the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is FA460825QS019 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 2025-04) as of 11 June 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 $25M.

    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 provide repair services for the gate operator apparatus and accessory items of the Munitions Storage Area (MSA) entry control point (ECP) on Barksdale AFB, Louisiana IAW Attachment 1- Provisions and Clauses, Attachment 2 – Statement of Work (SOW) and Attachment 3 – Wage Determination.

    CLIN 0001 – The Contractor shall provide all labor and supplies necessary to repair the gate operator apparatus and accessory items of the Munitions Storage Area (MSA) entry control point (ECP) IAW Attachment 1- Provisions and Clauses, Attachment 2 – Statement of Work (SOW) and Attachment 3 – Wage Determination.

    PERIOD OF PERFORMANCE: Sixty Day (60) after 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. 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 (MUST READ):

    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 2025-04, effective June 11, 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 shakera.wilson@us.af.mil 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: The Government intends to award a contract to a responsible quote that is determined to be the Most Advantageous to the Government based upon an integrated assessment of the evaluation factors.

    IMPORTANT DATES AND TIMES:

    • Site Visit will be Tuesday, 15 July 2025, at 10:00 AM CST, RSVP Vvia email NLT Wednesday 14, July 2025.
      Questions will be due no later than 12:00 PM CST on Wednesday, 16 July 2025. 
      Answers will be posted on or around 4:00 PM CST on Friday, 18 July 2025.  
      Quotes are due no later than 12:00 PM CST on Monday, 21 July 2025. 

    The following attachments are applicable to this RFQ:

    • Attachment 1- Provisions and Clauses
    • Attachment 2- Statement Of Work (SOW), dated 08 July 2025
    • Attachment 03 – Wage Determination

    Points of Contact (POCs):
    Contract Specialist: SSgt Shakera Wilson; Telephone: (318) 456-3493; Email: shakera.wilson@us.af.mil
    Contracting Officer: Thomas Hutchins; Telephone: (318) 456-3729; Email: thomas.hutchins.2us.af.mil

    Key dates

    1. July 9, 2025Posted Date
    2. July 18, 2025Proposals / Responses Due

    Frequently asked questions

    307TH GATE OPERATOR REPLACEMENT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.