JBSA San Antonio Lock & Door BPA
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, specifically the 502 CONS CL office, is soliciting proposals for a JBSA San Antonio Lock & Door Blanket Purchase Agreement (BPA). This is a combined synopsis/solicitation (RFP FA301626R0029) for commercial services to provide lock and door repair and replacement services across Joint Base San Antonio (JBSA). This acquisition is 100% set aside for Small Business concerns. Offers are due by May 22, 2026, at 5:00 PM ET (21:00Z).
Scope of Work
The contractor will be responsible for providing all personnel, equipment, supervision, and materials necessary to repair and replace door locks, rekey facilities, and service associated hardware (e.g., deadbolts, panic exit devices, door closers, keys, ADA compliant mechanisms). Services cover both exterior and interior doors at JBSA locations including Lackland, Randolph, Fort Sam Houston, and Camp Bullis. Emergency response outside normal duty hours and on weekends is required.
Contract & Timeline
- Contract Type: Multiple-award, decentralized, pre-priced Blanket Purchase Agreement (BPA).
- Period of Performance: July 1, 2026, to June 30, 2031.
- NAICS Code: 561622 (Security Systems Services (except Locksmiths)) with a size standard of $25,000,000.00.
- Limitations: Individual call/order limitation of $25,000.00; Annual limitation for all awarded BPAs combined is $250,000.00.
- Response Date: May 22, 2026, at 5:00 PM ET (21:00:00Z).
- Published Date: May 11, 2026.
Evaluation & Award
Award will be made on a Lowest Priced, Technically Acceptable (LPTA) basis. Quotes must include unit pricing for ALL line items in Schedule B to be considered. Technical acceptability will be evaluated based on the Performance Work Statement (PWS) requirements and the combined synopsis solicitation. The Government may award up to three (3) Blanket Purchase Agreements.
Eligibility / Set-Aside
This acquisition is 100% set aside for Small Business concerns.
Additional Notes
Attachments include the PWS (Attachment 01), BPA Price List (Attachment 02), and Wage Determination (Attachment 03). Payment will be made via Wide Area Workflow (WAWF). The solicitation incorporates FAR clauses 52.212-1, 52.212-3, and 52.212-4 by reference. Contractor personnel must undergo minimum level NCIC background checks, and the contractor is responsible for key control coordination and compliance with all relevant regulations.