IRP McConnell SS012 Fence Repair
ID: W9128F25QA046Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the IRP McConnell SS012 Fence Repair project, which involves the installation of a new chain link fence at the Titan Missile Site SS012 near McConnell Air Force Base in Kansas. The primary objective is to replace the existing degraded barbwire fencing with a 976-yard, 6-foot high galvanized chain link fence, complete with an 8-foot metal gate and a "USAF Keep Out" sign, while ensuring compliance with strict security and safety regulations. This project is crucial for maintaining land use controls and site security, with an estimated total award amount of $19,000,000, and is set aside for Women-Owned Small Businesses (WOSB). Interested contractors should direct inquiries to Desiree Peters at desiree.m.peters@usace.army.mil or Dawn S. Barnett at dawn.s.barnett@usace.army.mil, with a delivery date for project completion set for June 10, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a non-personal service contract for Land Use Control (LUC) services at the Titan II Missile Site SS012 in Kansas, associated with McConnell Air Force Base. The primary objective is to replace the degraded barbwire fencing with a new 976-yard, 6-ft high galvanized chain link fence, including an 8-ft metal gate set in concrete, a lockable latch, and a "USAF Keep Out" sign. The project requires site cleanup, brush removal, and grading. The contractor must develop a Quality Control Plan, comply with strict security requirements for installation access and key control, and adhere to safety regulations including an Accident Prevention Plan and Activity Hazard Analysis. The PWS details contractor responsibilities for providing all necessary resources, travel, and ensuring identification of personnel, with all generated data and materials becoming government property. Meetings, progress reports, and a final fence installation report are required deliverables.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract for the repair and replacement of fencing at the Titan II Missile Site SS012 near McConnell Air Force Base, Kansas. The project is initiated due to a five-year review revealing security vulnerabilities linked to an aging barrier. The contractor is tasked with removing old fencing and installing a new 6-foot high galvanized metal chain link fence and a strong metal gate, in addition to a USAF Keep Out sign. Key objectives include maintaining quality control through a Quality Control Plan (QCP) and coordinating with the government to ensure compliance. The document specifies the tasks to be performed, including meetings, project administration, site preparation, and final reporting. Additionally, the contractor must adhere to safety regulations and security protocols, particularly concerning installation access and key control. The report also outlines the contractor's responsibilities for progress reporting, background checks, and safety training, emphasizing the government's commitment to ensuring the project meets stringent operational standards and regulatory compliance. The overall aim is to enhance security at the site while following proper procedural guidelines.
    This document contains a series of questions and answers related to RFP W9128F-25-Q-A046 for a fencing project. Key clarifications provided include the conversion of 976 yards to 2928 linear feet for fencing requirements. It also specifies the fencing material should be size 9 wire and posts should have a 2.25-inch diameter. The document states that no site visit is currently planned and all available project plans and specifications have been posted with the solicitation. The project's location is identified by coordinates (37.363206, -97.632944) at the endpoint of Ray Rd, as the parcel does not have an official address.
    This document addresses inquiries related to the Request for Proposal (RFP) W9128F-25-Q-A046, specifically regarding fencing specifications. A contractor requested clarification on the conversion of the specified fence length of 976 yards to linear feet. The response clarified that 976 yards indeed converts to 2,928 linear feet. Additionally, the contractor inquired about the possibility of a site walkthrough before the bid submission deadline, to which the response stated that no site visit is currently planned, but any changes will be communicated via the solicitation. This exchange reflects the typical Q&A process within RFP procedures, ensuring that potential bidders have the necessary information for accurate proposal submissions.
    The document addresses a series of questions related to the Request for Proposal (RFP) W9128F-25-Q-A046 concerning a fencing project. It clarifies that the specified length of 976 yards equates to 2,928 linear feet, and currently, no site visit is planned, though any updates will be posted. Additionally, the document specifies the gauge of the fencing material as size 9 and the preferred diameter for posts as 2.25 inches. It also indicates that all relevant project plans and specifications can be found within the solicitation. This exchange aims to ensure clarity and compliance with the project specifications as part of the federal RFP process.
    The document provides responses to questions regarding the solicitation W9128F-25-Q-A046 for fencing specifications. Key points include the clarification that the specified 976 yards translates to 2,928 linear feet of fencing needed. Additionally, the required gauge for the fencing wire is size 9, and the preferred diameter for fence posts is 2.25 inches. There are no plans for a site visit before the bid due date; however, any changes regarding this will be communicated with the solicitation. Furthermore, detailed information about the project's location can be obtained using specific geographical coordinates, as the parcel lacks an official address. This document aims to address bidders' inquiries, ensuring clarity and transparency in the bidding process for the fencing project, which is typical in government Request For Proposals (RFP).
    The U.S. Department of Labor's Wage Determination No. 2015-5341 Revision No. 28 outlines minimum wage requirements and fringe benefits for contracts subject to the Service Contract Act, including different wage rates based on contract dates and specific executive orders, with a minimum wage of $17.75 per hour effective in 2025 for contracts awarded after January 30, 2022. The document also details various job classifications with corresponding wage rates, employee benefits including health and welfare, vacation, and paid sick leave, alongside compliance requirements and procedures for unlisted job classifications. Additional note mentions specifics related to enforcement exemptions for certain contracts and classifications under established executive orders.
    The "Register of Wage Determinations Under the Service Contract Act" outlines wage requirements for federal contractors, detailing obligations under Executive Orders 14026 and 13658 for minimum pay rates starting at $17.75 per hour for contracts initiated or extended after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document also lists various occupations and their corresponding wage rates, fringe benefits, and the conformance process for unlisted classifications. Additionally, it specifies health and welfare benefits, paid sick leave entitlements, and conditions regarding uniforms and hazardous pay differentials.
    This government solicitation, W9128F25QA046, issued by the US Army Corps of Engineers, Omaha District, is for Land Use Control (LUC) services at the Titan II Missile Site SS012 near McConnell Air Force Base, Kansas, with an estimated total award amount of $19,000,000.00. The solicitation is set aside for Women-Owned Small Businesses (WOSB). Key services include project meetings, site preparation, fence and gate installation, and report generation, all under a firm-fixed-price arrangement. The project's performance and inspection location is Omaha, NE, with a delivery date of June 10, 2026. The document outlines essential Federal Acquisition Regulation (FAR) clauses covering prohibitions on certain internal confidentiality agreements, System for Award Management (SAM) maintenance, Commercial and Government Entity (CAGE) code maintenance, prohibitions against Kaspersky Lab and certain Chinese telecommunications equipment/services, and ByteDance (TikTok) applications. It also includes clauses on combating trafficking in persons, restrictions on foreign purchases, encouraging policies against text messaging while driving, electronic funds transfer (EFT), accelerated payments to small business subcontractors, protest procedures, and applicable law for breach of contract claims. The contract emphasizes compliance, security, and ethical conduct, requiring contractors to adhere to strict guidelines regarding supply chain integrity, data security, and labor practices.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract for commercial products and services related to the replacement of a fence at the Titan II Missile Site SS012 near McConnell Air Force Base. The total award amount is approximately $19 million, and the project includes various tasks such as site preparation, fence installation, and preparation of reports. Key contract details include a compliance requirement with the System for Award Management (SAM), electronic funds payment methods, and adherence to federal guidelines against trafficking in persons and other legal stipulations. The contractor must ensure that no Kaspersky Lab products are used and that telecommunications services comply with regulations regarding foreign affiliations. The solicitation emphasizes the requirement for small business participation and outlines the necessary clauses regarding subcontractor payments and contractor responsibilities. The deadline for submissions is May 8, 2025, reinforcing the structured nature of the bidding process under government RFP protocols. This solicitation highlights the government's commitment to fostering small business participation while ensuring compliance with specific regulatory frameworks during contract execution.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    CFLD Security Fence
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking a contractor for the removal and replacement of a security fence at the Cape Fear Lock and Dam 2 in Elizabethtown, North Carolina. The project involves installing an 8-foot commercial-grade galvanized chain link security fence with 3-strand barb wire, along with 6-foot removable chain link security fence panels, and requires adherence to strict specifications regarding materials and installation methods. This opportunity is a total small business set-aside, with an estimated construction magnitude between $25,000 and $100,000, and requires contractors to have a Level 1 Cybersecurity Maturity Model Certification, a North Carolina General Contractors License, and to submit both a Price Quote and Technical Proposal electronically by January 7, 2026. Interested parties should direct inquiries to Benjamin Rickman or Jenifer Garland via email, with questions due by December 29, 2025.
    Fence Repair BPA Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    Perimeter Fence Replacement at FCI McKean
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI McKean) in Lewis Run, Pennsylvania. The project entails the complete replacement of approximately 15,000 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and bids are due by December 22, 2025, at 12:00 p.m. PST. Interested contractors must be registered in SAM.gov and can contact Joshua Cortez at j2xcortez@bop.gov for further information.