- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Automatic Doors Maintenance at Edwards, AFB CA
Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 11, 2026. Industry: NAICS 238290 • PSC Z1QA.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 238290
Description
Amendment-5
Amendment-5 to the Amendment-3 Questions and Answers for Combined Synopsis Solicitation FA930126Q0004 is to add a question and answer submitted by a vendor.
Amendment-4
Amendment-4 to the Combined Synopsis/Solicitation is to extend the solicitation end date to 11 February 2026 due to not receiving compliant solicitation responses. To be considered, all vendors must submit all the requested documentation including a breakdown of the CLIN and SLINs found on Atch1_Solicitation Model Contract_FA930126Q0004 along with the total, technical capabilities, and past performance documentation as outlined in Atch6_Addendum_to_FAR_52.212-1_and-2_Solicitation_20260129 by 11 February 2026 at 3pm PST.
Please note that evaluation factors outlined in Atch5_Combined-Synopsis-Solicitation_FA930126Q0004_20260129 and Atch6_Addendum_to_FAR_52.212-1_and-2_Solicitation_20251216 must be addressed in their entirety to be considered for this requirement. Failure to follow all instructions outlined under the factors and subfactors on the Atch5_Combined-Synopsis-Solicitation_FA930126Q0004_20260129 and Atch6_Addendum_to_FAR_52.212-1_and-2_Solicitation_20251216 will result in being considered non-responsive and will not be considered for award.
Atch1_Solicitation Model Contract_FA930126Q0004 has also been updated to show the updated solicitation end date of 11 February 2026. The change will be reflected on Page 1, line 8.
Amendment-3
Amendment-3 to the Combined Synopsis/Solicitation is posted as "Questions and Answers for Combined Synopsis Solicitation FA930126Q0004 dated 9 Jan 2026" for the purpose of adding the questions and answers submitted by vendors.
Amendment-2
Amendment-2 to this Combined Synopsis/Solicitation is posted as an attachment "Atch5_Combined-Synopsis-Solicitation_FA930126Q0004." and its purpose is to replace the original Combined Synopsis Solicitation document with the previous question submittal, question answers and quote submittal due dates. The question due date has changed from 5 Jan 2026 to 13 Jan 2026. The responses to the questions will now be posted on 15 Jan 2026 instead of the previously stated 7 Jan 2026. The quote submittal deadline has changed from 9 Jan 2026 to 20 Jan 2026 at 3:00pm PST. No further changes have been made to the Combine Synopsis Solicitation document.
Amendment-1
Amendment-1 to the Solicitation Model Contract is posted as an "Atch1_Solicitation Model Contract_FA930126Q0004.". The update made to the attachment will be noted on page 1 line 8. The deadline for quote submittals has been changed from 9 Jan 2026 to 20 Jan 2026. No further changes have been made to the Model Contract document.
AFTC/PZIOB Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524
SUBJECT: Automatic Doors Repairs at Edwards, AFB – Combine Synopsis/Solicitation
REF NO.: FA930126Q0004
(i) This is a combined synopsis/solicitation (hereafter referred to as “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 a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR Subpart 13.5) will be used for requirement.
(ii) Solicitation Number: FA930126Q0004**Please provide the full solicitation number on all correspondence**This solicitation is issued as a Request for Quote (RFQ)
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-06, DPN 20251024, DAFAC 2025-1016
(iv) THIS REQUIRMENT WILL BE: % Full and Open Competition. The North American Industry Classification System (NAICS) number for this acquisition is 238290 with a size standard of 22,000,000 employees. The applicable Product Service Code (PSC) is Z1QA, maintenance and restoration of real property (public or private)
(v) Contract Line Item Number (CLIN) Nomenclature- The following services are required for each year of contract services and are provided as an example of the CLIN structure. See model contract/solicitation, attachment -1 for more information:
CLIN 0001: Building 145 (Exterior - Door ID A1484469) labor and parts
SLIN 0001AA: Bldg. 145 Exterior - Door ID A1484469: HDR PKG MF UNIV 75" PAIR VIS DKB (Part# 334360) and Labor
SLIN 0001AB: Bldg. 145 Exterior - Door ID A1484469: OPERATOR-IQ-M FORCE (Part# 314309) and Labor
SLIN 0001AC: Bldg. 145 Exterior - Door ID A1484469: KIT-CONTROLLER-IQ-MF/MS DUAL (Part# 314315) and Labor
SLIN 0001AD: Bldg. 145 Exterior - Door ID A1484469: ARM-DOOR VISIBLE OUT PKG DRK BRZ (Part# 907332251) and Labor
SLIN 0001AE: Bldg. 145 Exterior - Door ID A1484469: ROD-TIE-VISIBLE 12 1/2 OUT DRK BRZ (Part# 907730116) and Labor
CLIN 0002: Building 1020 (Interior - Door ID A1735687) Parts and Labor
SLIN 0002AA: Bldg. 1020 (Interior - Door ID A1735687): LOAD WHEEL and Labor (Part# 414011) and Labor
SLIN 0002AB: Bldg. 1020 (Interior - Door ID A1735687): SENSOR-OPTEX X-ZONE ST (Part# 700447) and Labor
SLIN 0002AC: Bldg. 1020 (Interior - Door ID A1735687): KIT-CONTROLLER-IQ-MF/MS DUAL (Part# 314315) and Labor
SLIN 0002AD: Bldg. 1020 (Interior - Door ID A1735687): KIT-CONTROLLER-IQ-MF/MS DUAL (Part# 314315) and Labor
SLIN 0002AE: Bldg. 1020 (Exterior - Door ID A1735686): SENSOR-OPTEX X-ZONE ST (Part# 700447) and Labor
SLIN 0002AF: Bldg. 1020 (Exterior - Door ID A1735686): KIT-CONTROLLER-IQ-MF/MS DUAL (Part# 314315) and Labor
SLIN 0002AG: Bldg. 1020 (Exterior - Door ID A1735686): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part# 314328) and Labor
CLIN 0003: Building 1199 (Exterior - Door ID A1735689) Parts and Labor
SLIN 0003AA: Bldg. 1199 (Exterior - Door ID A1735689): KIT-CONTROLLER-IQ-MF/MS DUAL (Part#314315) and Labor
SLIN 0003AB: Bldg. 1199 (Exterior - Door ID A1735689): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor
SLIN 0003AC: Bldg. 1199 (Exterior - Door ID A1735689): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor
SLIN 0003AD: Bldg. 1199 (Exterior - Door ID A1735689): IDLER ASSY (Part#515059) and Labor
CLIN 0004: Building 1600 (Interior - Door ID A1720270 and Exterior - Door ID A1720269) Parts and Labor
SLIN 0004AA: Bldg. 1600 (Interior - Door ID A1720270): KIT-CONTROLLER-IQ-MF/MS DUAL (Part#314315) and Labor
SLIN 0004AB: Bldg. 1600 (Interior - Door ID A1720270): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor
SLIN 0004AC: Bldg. 1600 (Interior - Door ID A1720270): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor
SLIN 0004AD: Bldg. 1600 (Interior - Door ID A1720270): SPRING BREAKOUT ASSM (Part#411842) and Labor
SLIN 0004AE: Bldg. 1600 (Exterior - Door ID A1720269): KIT-CONTROLLER-IQ-MF/MS DUAL (Part#314315) and Labor
SLIN 0004AF: Bldg. 1600 (Exterior - Door ID A1720269): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor
SLIN 0004AG: Bldg. 1600 (Exterior - Door ID A1720269): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor
SLIN 0004AH: Bldg. 1600 (Exterior - Door ID A1720269): SPRING BREAKOUT ASSM (Part#411842) and Labor
CLIN 0005: Building 1610 (Exterior -Door ID A1520717) Labor and Parts
SLIN 0005AA: Bldg. 1610 (Exterior - Door ID A1735681): DOORWAY HOLDING BEAM-DUAL (Part# 313710) and Labor
CLIN 0006: Building 1830A (Exterior - Door ID A1720262): Parts and Labor
SLIN 0006AA: Bldg. 1830A (Exterior - Door ID A1720262): HRT C0805-1 BALL CATCH ASSY W/C830R2 BRT (Part#CL2001699) and Labor
SLIN 0006AB: Bldg. 1830A (Exterior - Door ID A1720262): DOORWAY HOLDING BEAM-DUAL (Part#313710) and Labor
SLIN 0006AC: Bldg. 1830A (Exterior - Door ID A1720262): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor
SLIN 0006AD: Bldg. 1830A (Exterior - Door ID A1720262): HRT C2873B BOTTOM TRACK DKBZ 4"/W FBO (Part#CL2119) and Labor
CLIN 0007: Building 2200 Interior (Door ID A1502714 and Exterior - Door ID A1502715) Parts and Labor
SLIN 0007AA: Bldg. 2200 (Interior - Door ID A1502714): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor
SLIN 0007AB: Bldg. 2200 (Interior - Door ID A1502714): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor
SLIN 0007AC: Bldg. 2200 (Interior - Door ID A1502714): KIT-CONTROLLER-IQ-DUAL-RPC (Part#314321) and Labor
SLIN 0007AD: Bldg. 2200 (Exterior - Door ID A1502715): KIT-CONTROLLER-IQ-DUAL-RPC (Part#314321) and Labor
SLIN 0007AE: Bldg. 2200 (Exterior - Door ID A1502715): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor
SLIN 0007AF: Bldg. 2200 (Exterior - Door ID A1502715): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor
SLIN 0007AG: Bldg. 2200 (Exterior - Door ID A1502715): LOAD WHEEL PKG - DURA GLIDE (Part#972312729) and Labor
CLIN 0008: Building 2665 (Exterior -Door ID A1520717) Labor and Parts
SLIN 0008AA: Bldg. 2665 (Exterior -Door ID A1520717): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor
CLIN 0009: Building 3000 (Exterior - Door ID A1720266) Parts and Labor
SLIN 0009AA: Bldg. 3000 (Exterior - Door ID A1720266) SENSOR-OPTEX X-ZONE ST (Part#700447) Parts and Labor
SLIN 0009AB: Bldg. 3000 (Exterior - Door ID A1720266): DOORWAY HOLDING BEAM-DUAL (Part#313710) Parts and Labor
SLIN 0009AC: Bldg. 3000 (Exterior - Door ID A1720266): HRT C3636 BELT SLIDER/CARRIAGE WHEEL (Part#CL2199) and Labor
CLIN 0010: Building 4505 (Exterior - Door ID A1720287 and Exterior - Door ID A1720288) Parts and Labor
SLIN 0010AA: Bldg. 4505 (Exterior - Door ID A1720287): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor
SLIN 0010AB: Bldg. 4505 (Exterior - Door ID A1720288): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor
CLIN 0011: Building 5210 (Exterior - Door ID A1720283) Parts and Labor
SLIN 0011AA: Bldg. 5210 (Exterior - Door ID A1720283): SENSOR-OPTEX X-ZONE ST (Part#700447) and Labor
SLIN 0011AB: Bldg. 5210 (Exterior - Door ID A1720283): HOOD-RAIN X-ZONE ST SENSOR (Part#700844) and Labor
SLIN 0011AC: Bldg. 5210 (Exterior - Door ID A1720283): HRT C5656 FAIL SECURE AUTO LOCK 2003 (Part#CL4069) and Labor
SLIN 0011AD: Bldg. 5210 (Exterior - Door ID A1720283): HRT C3636 BELT SLIDER/CARRIAGE WHEEL (Part#CL2199) and Labor
CLIN 0012: Building 5232 (Exterior - Door ID A1720284 and Interior - Door ID A1720286) Parts and Labor
SLIN 0012AA: Bldg. 5232 (Exterior - Door ID A1720284): KIT-CONTROLLER-IQ-DUAL-RPC (Part#314321) and Labor
SLIN 0012AB: Bldg. 5232 (Exterior - Door ID A1720284): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor
SLIN 0012AC: Bldg. 5232 (Exterior - Door ID A1720284): SOLENOID LOCK PKG LH FAIL SEC-MC521 (Part#313985-4) and Labor
SLIN 0012AD: Bldg. 5232 (Interior - Door ID A1720286): KIT-CONTROLLER-IQ-DUAL-RPC (Part#314321) and Labor
SLIN 0012AE: Bldg. 5232 (Interior - Door ID A1720286): KIT-MOTOR & GEAR BOX-D/G-IQ-RPC (Part#314328) and Labor
(vi) Description: The Air Force Test Center (AFTC), 412th Test Wing Civil Engineering (412 CE/CEOES), Edwards AFB, CA requires Automatic Door Repairs at Edwards, AFB. The Contractor shall The Contractor shall furnish all supervision, equipment, tools, labor, and supplies necessary to perform the repair and replacement of automatic door components at specified facilities located on Edwards Air Force Base (EAFB), California. The work shall be performed in accordance with (IAW) this SOW, industry standards and/or manufacturer recommendations, whichever is strictest.
(vii) The anticipated contract will a one-time Firm-Fixed-Price (FFP),
Purchase Order. The period of performance is 23 February 2026 - 30 September 2026.
(viii) The provision at 52.212-1 "Instructions to Offerors -- Commercial" applies to this acquisition. Please review the FAR 52.212-1 Addendum document attached to this solicitation as Attachment 5 and 6.
(ix) The provision at FAR 52.212-2 "Evaluation -- Commercial Items" applies to this acquisition.
(a) Addendum to the provision at FAR 52.212-2 "Evaluation -- Commercial Items": Please review the FAR 52.212-2 Addendum document attached to this solicitation as Attachment 6 in its entirety to ensure all submissions address the evaluation criteria as described.
The provision at FAR 52.212-2 "Evaluation -- Commercial Items" applies to this acquisition.
(a) Addendum to the provision at FAR 52.212-2 "Evaluation -- Commercial Items": Please review the FAR 52.212-2 Addendum document attached to this solicitation as Attachment 5 and 6 in its entirety to ensure all submissions address the evaluation criteria as described.
(xiii) Additional Contract Requirement or Terms and Conditions: See model contract (Attachment-1)
Interested parties who believe they can meet the requirements for the services described in this solicitation are invited to submit a completed quote using the attached SF. Vendors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in the solicitation. Any information provided in response to this solicitation is strictly voluntary; the Government will not pay for information submitted in response to this solicitation. Award will be made using the criteria in FAR 52.212-2 and its addendum (detailed within Solicitation Attachment-5 and 6). The Air Force will award to the offeror who provides the best overall value to the Government. The applicable contract provisions and clauses can be found on pages 19-75 of the SF 1449.
Contractors who conduct business with or are interested in conducting business with the Department of Defense must register with the System for Award Management (SAM) which can be accessed at http://www.sam.gov/. All Vendors must comply with the requirements at FAR Clause 52.204-7, System for Award Management, and DFARS Provision 252.204-7004 Alternate A, System for Award Management. Online representations and certifications application (ORCA) must be completed via SAM.
As a result of new policy beginning 10 November 2025, we would like to inform you of your responsibility to comply with the DoD's CMMC 2.0 framework at Level 1. CMMC is the DoD's program to verify that all contractors have implemented the required cybersecurity standards to protect Federal Contract Information (FCI). Per FAR 52.204-21, FCI is information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service.
Your organization's CMMC status will be verified to be active and accurate in the Supplier Performance Risk System (SPRS) module of PIEE.
The DoD established the CMMC program to provide assurance that all contractors are protecting sensitive unclassified information at a level commensurate with the risk from cyber threats. CMMC compliance is not optional. It will be verified as a non-negotiable "go/no-go" condition for contract eligibility and award going forward.
(xiv) Defense Priorities and Allocation System (DPAS): N/A
Vendor quotes are due by 11 February 2026 at 3:00PM PST, and shall be submitted via email to the Contract Specialist Alejandra Negrete at alejandra.negrete@us.af.mil and the Contracting Officer Eric Romero at eric.romero.11@us.af.mil. No late quotations will be accepted.
(xvi) Primary Point of Contact: Alejandra Negrete, Contract Specialist at alejandra.negrete@us.af.mil.
Secondary Point of Contact: Eric Romero, Contracting Officer at eric.romero.11@us.af.mil .
Attachments:
- Solicitation Model Contract
- Statement of Work (SOW)
- Wage Determination – Kern County
- Wage Determination – Los Angeles County
- Combined Synopsis Solicitation
- Addendum to FAR 52.212-1 and -2
- Amendment-1 to Combined Synopsis-Solicitation FA930126Q0004 20250109 (Attch5) and Addendum_to_FAR_52.212-1_and-2_Solicitation_20260129 (Atch6)
- Amendment-2 to Combined Synopsis-Solicitation FA930126Q0004 20250109 (Attch5) and Addendum_to_FAR_52.212-1_and-2_Solicitation_20260129 (Atch6)
- Amendment-3 Questions and Answers for Combined Synopsis Solicitation FA930126Q0004 dated 9 Jan 2026
- Amendment-4 to Combined Synopsis-Solicitation FA930126Q0004 20250109 (Attch5) and Addendum_to_FAR_52.212-1_and-2_Solicitation_20260129 (Atch6)
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.