Locksmith Services

SOL #: W50S7826RA003Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7N2 USPFO ACTIVITY TXANG 149
LACKLAND AFB, TX, 78236-0123, United States

Place of Performance

DWG, TX

NAICS

Locksmiths (561622)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Hardware And Abrasives (J053)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 26, 2026
2
Submission Deadline
Mar 26, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The 149th Fighter Wing is soliciting proposals for Locksmith Services under a Firm Fixed-Price contract. This Total Small Business Set-Aside requires contractors to be a Department of War Lock program participant and retain GSA certified safe and vault technicians. Services include lock repairs and drilling to access locked-out GSA containers. Proposals are due Thursday, March 26, 2026, at 1:00 pm CDT.

Scope of Work

  • Repair or replace GSA-certified access control hardware (Kaba Mas X-10 and Sargent & Greenleaf 2890 series) on safes and vaults, meeting Federal Specification FF-L-2890C.
  • Drill GSA containers to gain access when locks have failed.
  • Assess failures of electromechanical S&G 2890 series and Kaba Mas X-10 locksets.
  • Perform preventative maintenance on X-10 series locksets.
  • Services are to be performed at the 149th Fighter Wing, Joint Base San Antonio-Lackland, San Antonio, TX.

Key Requirements

  • Contractor must be a Department of War Lock program participant.
  • Technicians must be GSA certified safe and vault technicians.
  • Compliance with FAR and DFARS revisions, including those related to the Revolutionary FAR Overhaul (RFO).
  • Item unique identification and valuation requirements (DFARS 252.211-7003) and Wide Area WorkFlow (WAWF) for payment (DFARS 252.232-7006) apply.
  • Personnel security requirements include suitability investigations (Tier 1, 3, or 5) and potential facility security clearances.

Contract Details

  • Contract Type: Firm Fixed-Price
  • Period of Performance: 30 Calendar Days (15 days for Test & Evaluation, 15 days for Repair/Replacement).
  • NAICS Code: 561622 (Small Business Size Standard: $25,000,000).
  • Set-Aside: Total Small Business.

Submission & Evaluation

  • Proposals: Not to exceed two pages, submitted via email by Thursday, March 26, 2026, at 1:00 pm CDT.
  • Certifications: Department of War Lock program and GSA certifications must be submitted with the proposal and do not count against the page limit.
  • Evaluation Factors: Price and other factors, including technical capability (technical approach, parts/equipment lead time, ability to meet period of performance, and certifications).

Important Dates & Actions

  • Site Visit: Tuesday, March 17, 2026, at 9:00 am CDT. Registration required by Monday, March 2, 2026, at 1:00 pm CDT.
  • Questions/RFI Due: Friday, March 20, 2026, at 10:00 am CDT.
  • Proposal Due: Thursday, March 26, 2026, at 1:00 pm CDT.
  • Contact: Candace Fernandez (candace.fernandez@us.af.mil) and Mark Green (mark.green.23@us.af.mil).

Additional Notes

  • Interested contractors must be registered in the System for Award Management (SAM) at sam.gov.
  • A Wage Determination (2015-5253, Rev. 28) applies to this contract, outlining minimum wage rates and fringe benefits for the specified Texas counties.

People

Points of Contact

Candace FernandezPRIMARY
Mark GreenSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
Locksmith Services | GovScope