REQUEST FOR INFORMATION (RFI) Drop Arm Buttons and Installation
This announcement constitutes a Sources Sought Synopsis and Request for Information (RFI) to afford industry an opportunity to provide information regarding their capabilities to provide commercial items. This is not a Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U. S. Government to form a binding contract. Parties that respond will not be paid for the information submitted. The Air Force is hereby requesting capability statements and other information from interested sources.
General Information: The Air Force Test Center at Edwards AFB, CA is in the process of determining the acquisition strategy to obtain information from potential eligible and interested contractors for Drop Arm Buttons and Installation.
Background: 412 SFS is requesting the installation of external control buttons at each designated drop arm location to allow gate guards to directly raise and lower the arms. These buttons must be compatible with the existing gate control system and provided for every lane.
Objective: To enhance the operational efficiency and security posture of the Entry Control Point (ECP) by upgrading the existing FAAC drop arm system with the addition of external lane control buttons. This request proposes the installation of **ten (10)** external buttons, one for each lane, enabling security personnel to directly open and close the respective drop arm lane independent of the primary control console.
The AFTC anticipates awarding a contract under the associated North American Industry Classification System (NAICS) is 332510 with a standard size of 750 employees and a Product Service Code (PSC) of 5660. A firm-fixed price contract will be contemplated. System for Award Management (Sam.gov) registration is mandatory for this contract (see SAM website at (https://sam.gov/content/home). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition strategy. If sufficient responsible and capable sources are identified, a formal RFQ will be posted on SAM.gov
Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services with a market research quote to determine if the government has the current budget as project stands. Provide a statement that you can provide all requirements, and if not all please specify which elements you cannot provide. The government intends to post the full require and award a prime contractor. Please see attached statement of objectives (SOO) for all requirment details.
In addition, please indicate business size (Large or Small), CAGE code/DUNS, provide a list of any contracts or other agreements similar in nature, the program/project name, contract number or other identifier, administering office/address, and the point of contact with the current telephone number.
The AFTC will not pay for information or comments provided and will not recognize any cost associated with submission of comments. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Submissions should be to the point and no more than 10 double space pages. Responses shall not be proprietary and will be unclassified.
Interested vendors should submit responses no later than Monday 22 September 2025 11:00 AM Pacific Daylight Time (PDT). Small Business sources responding should state their business size status based on the NAICS referenced above. Replies to this RFI should be sent via email to John Walker, Contracting Officer, AFTC/PZIOA at John.walker.68@us.af.mil