Locksmith Services
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 149th Fighter Wing is soliciting proposals for Locksmith Services at Joint Base San Antonio-Lackland, TX. This Total Small Business Set-Aside opportunity requires a contractor who is a Department of War Lock program participant and retains GSA certified safe and vault technicians. Services include repair, replacement, and access to GSA containers. Proposals are due Thursday, March 26, 2026, at 1:00 pm CDT.
Scope of Work
The contractor will provide locksmith services for the 149th Fighter Wing, including:
- Repair or replacement of failed Kaba Mas X-10 and Sargent & Greenleaf 2890 series access control hardware on GSA containers.
- Troubleshooting and diagnosing failures to determine repair or replacement needs.
- Drilling locked GSA containers for access (repair of the safe itself is not required after access).
- Supplying all necessary parts and equipment for repairs and replacements.
- Performing preventative maintenance on specified locksets.
- Providing a submittal to the Government for approval before performing work.
Key Requirements & Qualifications
- Certifications: Must be a Department of War Lock program participant and retain GSA certified safe and vault technicians. Inspections must be performed by GSA-certified technicians.
- Standards: All repairs and replacements must meet Federal Specification FF-L-2890C.
- Security: A facility security clearance is not required. US citizen employees will perform work under direct escort. Security requirements include potential Security Agreements, identification media (CAC), and suitability investigations (Tier 1, 3, or 5) based on access needs.
- Parts: Contractor is responsible for supplying all parts and equipment.
- Place of Performance: 149th Fighter Wing, Joint Base San Antonio-Lackland, San Antonio, TX, across multiple buildings. Telework is not authorized.
Contract Details
- Type: Firm-Fixed Price
- Set-Aside: Total Small Business
- NAICS Code: 561622 (Small Business Size Standard: $25,000,000)
- Product Service Code: J053 (Maintenance, Repair And Rebuilding Of Equipment: Hardware And Abrasives)
- Period of Performance: 15 days for Test and Evaluation, followed by 15 days for Repair and/or Replacement (total 30 calendar days from lead time event).
- Wage Determination: Wage Determination No. 2015-5253, Revision No. 28, dated 12/03/2025, applies to Texas counties. Bidders must ensure compliance with minimum wage rates and fringe benefits.
Evaluation Factors
Award will be based on price and other factors, with technical capability being a key consideration. Technical capability will be assessed based on:
- Technical approach to the Performance Work Statement (PWS).
- Parts/equipment lead time.
- Ability to meet the period of performance.
- Copies of required certifications.
Submission & Deadlines
- Proposal Due: Thursday, March 26, 2026, at 1:00 pm CDT.
- Submission Method: Email proposals to Candace Fernandez (candace.fernandez@us.af.mil) and Mark Green (mark.green.23@us.af.mil).
- Proposal Format: Not to exceed two pages. Certifications for Department of War Lock program and GSA certified technicians must be submitted with the proposal and do not count against the page limit.
- Registration: Interested contractors must be registered in SAM.gov.
- Past Events: A site visit was held on March 17, 2026. Questions were due by March 20, 2026, with answers posted by March 24, 2026.