Opportunity
SAM #31130PR26000044
USCG Base Ketchikan High-Security Door and Hardware Procurement
Buyer
USCG Base Ketchikan
Posted
April 08, 2026
Respond By
April 20, 2026
Identifier
31130PR26000044
NAICS
332321
The U.S. Coast Guard Base Ketchikan is seeking quotes for a high-security hollow metal door and frame assembly with all compatible hardware for secure facility access. - Government Buyer: - U.S. Coast Guard, Base Ketchikan (Department of Homeland Security) - Products and Hardware Requested: - One (1) complete high-security hollow metal door and two-piece split frame assembly (3'0" x 7'0", right-hand swing, insulated, factory-primed) - GSA-approved electromechanical combination lock (Federal Specification FF-L-2890, Type I-IV, equivalent to Kaba Mas X-10, with drill-resistant hard plate) - Heavy-duty non-removable pin hinges (secured by peening, welding, set-screws, or cam-lift design) - Heavy-duty, adjustable, surface-mounted door closer (ANSI/BHMA A156.4 Grade 1) - Single-motion panic/emergency egress device compatible with FF-L-2890 lock - Complete set of acoustic and RF/EMI seals and threshold (magnetic or multi-fin compression type, continuous perimeter seal) - Factory-prepped internal wire raceway and power transfer device; recessed switch prep for UL-634 Level 2 High Security Switch - Unique and Notable Requirements: - Door assembly must achieve STC rating of 52 or higher (acoustic performance) and 60 dB or greater RF attenuation - All hardware must be compatible and factory-installed where specified - Independent laboratory certifications required for acoustic and RF performance - Compliance with COMDTINST M5530.1C, Federal Specification FF-L-2890, UL-634, and ANSI/BHMA A156.4 - Shop drawings must be submitted for government review and approval prior to fabrication - Delivery: - FOB Destination to USCG Base Ketchikan, 1300 Stedman St., Ketchikan, AK 99901
Description
This is a combined synopsis/solicitation for commercial products prepared in accordance with FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a separate written solicitation will not be issued.
USCG Base Ketchikan has a requirement to procure one (1) new, complete high-security hollow metal door and frame assembly, in accordance with the Description/Specifications detailed herein.
CLIN 0001 – High-Security Hollow Metal Door, Frame, and Hardware Assembly – 1 Each
Section C: Description/Specifications
C.1 SCOPE OF REQUIREMENT The contractor shall provide one (1) complete, new, and fully operational high-security hollow metal door and frame assembly. The requirement includes the door, frame, and all associated and compatible hardware necessary to meet the performance and security standards detailed in this document.
C.2 APPLICABLE DOCUMENTS
COMDTINST M5530.1C Federal Specification FF-L-2890 UL-634 ANSI/BHMA A156.4
C.3 MINIMUM SALIENT CHARACTERISTICS The complete assembly must meet or exceed the following minimum characteristics:
C.3.1 Door and Frame: Hollow Metal (HM) Door and a two-piece "Split" Frame for a 3'0" x 7'0" (3070) opening in a 7-3/4" thick wall; Right Hand (RH) swing; Factory-primed. C.3.2 Performance Ratings:
<ul>
<li>
<p><strong>Acoustic:</strong> Certified <strong>STC rating of 52 or higher</strong>.</p>
</li>
<li>
<p><strong>Radio Frequency:</strong> Certified <strong>60 decibels (dB) or greater</strong> of RF attenuation.</p>
</li>
<li>
<p><strong>Certification:</strong> Offeror <strong>must</strong> provide independent lab certifications with their quote to prove compliance.</p>
</li>
</ul>
</li>
<li>
<p><strong>C.3.3 Hardware Requirements:</strong></p>
<ul>
<li>
<p><strong>Lock:</strong> GSA-approved lock meeting <strong>FF-L-2890</strong> with a <strong>1/8-inch drill-resistant hard plate</strong>.</p>
</li>
<li>
<p><strong>Closer:</strong> Heavy-duty closer meeting <strong>ANSI/BHMA A156.4 Grade 1</strong>, factory-installed.</p>
</li>
<li>
<p><strong>Hinges, Egress, Seals:</strong> Heavy-duty non-removable pin hinges, a compatible single-motion egress device, and a complete set of acoustic/RF seals and threshold.</p>
</li>
</ul>
</li>
<li>
<p><strong>C.3.4 IDS & Wiring Preparation:</strong></p>
<ul>
<li>
<p>Factory-prepped with an internal wire raceway and an Armored or Electronic Power Transfer (EPT) device.</p>
</li>
<li>
<p>Factory-prepped to accept a Government-installed <strong>UL-634, Level 2 High Security Switch (HSS)</strong>.</p>
</li>
</ul>
</li>
Section E: Inspection and Acceptance Acceptance will be performed at destination and is contingent upon verification of all components, receipt of all required STC/RF certifications, and visual inspection confirming items are free of damage.
Section F: Deliveries or Performance
Shop Drawings: Shall be delivered for Government review within 5 business days of contract award. Final Delivery: Shall occur within 14-16 weeks after Government approval of shop drawings. Shipping: All items shall be delivered FOB Destination to: USCG Base Ketchikan, 1300 Stedman St. Ketchikan, AK 99901.
Evaluation—Commercial Products and Commercial Services, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Basis for Award: Lowest Price Technically Acceptable (LPTA). Technical Acceptability: To be rated "Acceptable," the quote and its supporting documentation must demonstrate compliance with all minimum salient characteristics in Section C.3 on a "Pass/Fail" basis. Failure to provide sufficient documentation for any characteristic will result in the quote being deemed technically unacceptable. Price: The price evaluation will only be performed on quotes determined to be Technically Acceptable.
Quotes shall be submitted via email to Benjamin Reedy at Benjamin.R.Reedy@uscg.mil.
All contractual and technical questions must be submitted via email by 14 Apr, 2026 2:00 PM AKDT, to Benjamin Reedy at the email address above to be considered.