Gate Barrier Parts for Assembly
ID: FA480325Q0030Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of gate barrier parts for assembly at Shaw Air Force Base in South Carolina. The requirement includes essential components for the RSS-2000 Wedge barrier system, such as replacement 4-finger barrier vault post assemblies, Timkin greaseless bearing kits, and other associated parts, all of which must meet specific performance and safety standards. This procurement is critical for maintaining the functionality and security of entry barriers at the base, ensuring compliance with federal regulations and operational efficiency. Interested small businesses are encouraged to reach out to primary contact Johnathan Youngblood at johnathan.youngblood.2@us.af.mil or secondary contact Daniel Kane at daniel.kane.8@us.af.mil for further details, with a firm-fixed-price contract expected to be awarded following a 60-day delivery schedule from the date of award.

    Files
    Title
    Posted
    The document outlines the specifications for vehicle denial barrier repair, specifically focusing on the procurement of replacement parts for the RSS-2000 Wedge barrier system at Shaw AFB's Commercial Gate. It details the required components, including two 4-finger barrier vault post assemblies that must be compatible with the existing installation. Key specifications include a certified crash rating (DOS K12 and ASTM M50), operational temperature range of -30 to 130 Fahrenheit, and structural features such as a yellow powder-coated finish and reflective tape. The parts must work with a proprietary servo electromechanical actuator that meets IP-67 standards. The operational requirements specify the system's capacity for 200 cycles per hour and rapid emergency operation speeds. This procurement is crucial for ensuring the functionality and safety of entry barriers at the base, emphasizing the importance of quality and compliance with governmental safety regulations in vehicle denial systems.
    The document details the requirements for replacement parts relating to the vehicle denial barrier repair at Shaw AFB Commercial Gate. Specifically, it calls for two 4-Finger barrier vault post assemblies compatible with the existing RSS-2000 Wedge barrier system. The key specifications include a design that fits the RSSI 4-Finger unit, a crash rating compliant with DOS K12 and ASTM M50 standards, and an operating temperature range of -30 to 130 degrees Fahrenheit. The parts must feature a yellow powder-coated finish, reflective tape for visibility, and compatibility with a proprietary servo electromechanical actuator. They should support a cycle capacity of 200 cycles per hour, with normal operation speeds of three seconds up and down, and an emergency fast operation speed of 1.5 seconds for ascent. This documentation reflects the federal government's standards for security measures at military installations, emphasizing functionality, durability, and safety compliance in critical access control systems.
    The document outlines a solicitation for commercial products and services specifically targeting Women-Owned Small Businesses (WOSB). It includes essential details such as solicitation and contract numbers, item descriptions, quantities, and associated delivery schedules. The primary focus is on acquiring replacement parts for a security barrier system at Shaw Air Force Base, including items like vault post assemblies and bearing kits. The procurement emphasizes a firm-fixed-price arrangement and a specific delivery schedule of 60 calendar days from the date of award. The document details requirements for inspection and acceptance, along with clauses that govern compliance with federal acquisition regulations and standards for payment processing. Additionally, it highlights the necessity of unique item identification for items over a specified cost, stressing the importance of accurate reporting and adherence to federal compliance requirements. This solicitation exemplifies the government's effort to engage small businesses in federal contracting opportunities while ensuring transparency and regulatory compliance in the procurement process.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    99--WING FENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a wing fence, identified by NSN 1R-9999-LLKFYG619-E8. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, indicating that the contractor will bear the shipping costs until the goods are delivered to the designated location. This procurement is critical for maintaining operational readiness and support for naval systems. Interested contractors should direct inquiries to Danielle M. Junod at (215) 697-1138 or via email at DANIELLE.M.JUNOD.CIV@US.NAVY.MIL, as all contractual documents will be considered issued upon transmission through various electronic methods.
    Building 254 Roll-Up Door #2
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a roll-up door for Building 254 at Little Rock Air Force Base in Arkansas. This procurement is classified as a sole source requirement, indicating that the goods are essential and can only be provided by a specific supplier, as detailed in the attached justification document. The roll-up door is a critical component for maintaining operational efficiency and security at the facility. Interested parties can reach out to Ryan Wagner at ryan.wagner.10@us.af.mil or by phone at 501-987-3842 for further information regarding this opportunity.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    Bulkhead Assembly, C-130
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Bulkhead Assembly for the C-130 aircraft, identified by Part Number 375974-7. This solicitation is a total small business set-aside and addresses an urgent requirement related to flight and safety deficiency hazards, with delivery expected at Robins AFB, Georgia, on or before January 19, 2026. Interested vendors must submit their quotes via email by December 29, 2025, and adhere to specific packaging and transportation requirements outlined in the associated documents. For further inquiries, potential offerors can contact Nicole Greenwood at nicole.greenwood.2@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    ICBM - Door, Launcher, Personnel Access
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is conducting a Sources Sought notice for the procurement of a Door, Launcher, Personnel Access, identified by NSN 1440-01-541-3667 and P/N 3037-1050-94. The primary objective of this notice is to gather market research to identify potential sources capable of fulfilling the agency's requirements and to enhance competition by improving access to acquisition information for small businesses. This procurement is critical for maintaining the operational readiness of guided missile systems, with an estimated quantity of 15 units required by January 4, 2027. Interested parties are encouraged to submit capability statements or proposals to Travis Bodily at travis.bodily@us.af.mil, as the government does not intend to contract based on this request nor pay for any information solicited.
    W58RGZ-26-Q-0001 Solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the W58RGZ-26-Q-0001 contract, which is set aside for small businesses under the SBA guidelines. This procurement focuses on acquiring airframe structural components, categorized under the NAICS code 336413, which pertains to the manufacturing of other aircraft parts and auxiliary equipment. The goods and services sought are critical for maintaining and enhancing the operational capabilities of military aircraft. Interested vendors can reach out to Aysia Young at ayisia.l.young.civ@army.mil or call 520-851-9942, or contact Edward A. Peterson at edward.a.peterson4.civ@army.mil or 256-313-8529 for further details. The solicitation document contains additional information necessary for proposal submission.
    17--RING ASSEMBLY,BARRI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 144 units of the Ring Assembly, Barri, under solicitation number NSN 1710011881929. This procurement is critical for maintaining aerospace craft launching, landing, ground handling, and servicing equipment, which plays a vital role in military operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and all quotes must be submitted within the specified timeframe to be considered.
    Bearing Assembly & Weld Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is conducting a Sources Sought notice for Bearing Assembly and Weld Assembly components. The procurement aims to gather market research to identify potential sources capable of fulfilling the agency's requirements for these specific assemblies, which are critical for guided missile remote control systems. The estimated quantities for each assembly are 16 units, with a delivery schedule set for October 21, 2026. Interested parties are encouraged to submit capability statements to Scottina Malia at scottina.malia@us.af.mil, as the government is not planning to set aside this requirement for small businesses.
    Electronic Shield P/N 3397060
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of five Electronic Shields (P/N 3397060) under a total small business set-aside. This procurement is critical for supporting aircraft engine and engine parts manufacturing, aligning with the NAICS code 336412, and is categorized under miscellaneous aircraft accessories and components (PSC code 1680). Interested vendors must submit their quotes by December 30, 2023, at 1300 MST, and are required to request access to technical drawings while ensuring compliance with military packaging standards as outlined in the associated documentation. For further inquiries, potential offerors can contact Nicole Greenwood at nicole.greenwood.2@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    Solicitation for Gunner Shield Kit; NSN: 2510-01-498-4996
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the Gunner Shield Kit (NSN: 2510-01-498-4996) under a five-year Firm Fixed Price contract. The procurement aims to acquire up to 1,200 units of the Gunner Shield Kit, which is critical for military vehicle operations, ensuring enhanced protection and functionality. Interested vendors must comply with specific requirements, including First Article Testing, military packaging standards, and ISO 9001:2015 certification, while also obtaining access to export-controlled technical data through the Joint Certification Program (JCP). Proposals are due to the primary contact, Nikhil Patel, via email by the specified deadline, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) method.