LRS Smart Lockers
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of the Air Force, 20 CONS LGCA, is soliciting proposals for a Smart Locker System at Charleston AFB, SC. This requirement includes the supply, installation, annual subscription, and ongoing maintenance for a locker system designed to manage package access for the Deployment Processing Center. This opportunity is a Total Small Business Set-Aside. Proposals are due by January 29, 2026, at 3:00 PM UTC (10:00 AM EST).
Scope of Work
The contractor shall provide a complete smart locker system, including hardware and installation, in accordance with the Statement of Work dated January 14, 2026, and Salient Characteristics dated January 7, 2026. Key requirements include:
- Hardware: Assembly and secure installation of 16 or 18-gauge double reinforced cold-rolled steel lockers, designed to fit within approximately W362" x H80" x D24" space. Lockers must accommodate specific bag dimensions (A-bag: 24"x20"x20", C-bag: 24"x15"x15"). Equipment must be operational in extreme temperatures (-13°F to +122°F) and high humidity (up to 100% non-condensing), and resistant to rain, salt, and Category 3 cyclone conditions. Control towers require industrial-grade touchscreens, cameras, keypads, and barcode/QR scanners.
- Software & Integration: Integration with software for user notifications, package access, and real-time alerts. The system must offer integration capabilities, user-friendly interfaces, reliable security features (including data encryption for personal information), and support various authentication methods. A cloud-based software platform for core functionality is expected.
- Services: One year of maintenance and repairs, an annual subscription for system software, security, and support, and annual preventative and corrective maintenance for both hardware and software.
- Installation: Setup to be completed within one week of beginning work onsite at the Deployment Processing Center (Bldg 1518).
Contract Details
- Contract Type: Firm Fixed Price for all line items.
- Product Service Code: 8145 - Specialized Shipping And Storage Containers.
- NAICS Code: 332439, with a size standard of 600 employees.
- Period of Performance: Initial delivery expected within 90 calendar days from award receipt, with option periods for annual services.
Submission & Evaluation
- Proposal Submission: Quotes are due by January 29, 2026, at 3:00 PM UTC (10:00 AM EST).
- Technical Approach: Offerors must provide a written technical approach (maximum 7 pages) demonstrating how they will meet the SOW requirements.
- Evaluation Factors: Award will be made based on Lowest Price Technically Acceptable (LPTA), with technical acceptability determined by meeting minimum standards in the SOW.
- Quote Validity: Prices must be valid through April 30, 2026.
Special Requirements & Contacts
Contractor personnel will require base identification and vehicle passes, and must undergo background checks for access to Charleston AFB. Compliance with base regulations, including security searches and prohibition of weapons, is mandatory. Primary Contact: Shaunannette D. Watson (shaunannette.watson@us.af.mil, 8038955396). Secondary Contact: SrA Margret Ogbuozobe (margret.ogbuozobe@us.af.mil, 8038959864).