Vehicle Barrier Maintenance
ID: FA449725Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting quotes for Vehicle Barrier Maintenance services at Dover Air Force Base, as outlined in solicitation FA449725Q0018. The procurement is exclusively set aside for small businesses under NAICS code 811210, with services required to commence by May 1, 2025, following a 30-day delivery period from contract award. This maintenance is crucial for ensuring the operational integrity and security of vehicle barrier systems at the base. Interested parties must submit their electronic quotes by April 18, 2025, and may direct inquiries to Daniel Kim at daniel.kim.55@us.af.mil or Jordan Bongcayao at jordon.bongcayao.1@us.af.mil, with a total estimated contract value of $38,500.

Files
Title
Posted
Apr 15, 2025, 4:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for Active Vehicle Barriers Maintenance and Repair Services at Dover Air Force Base, Delaware. The contractor is responsible for providing all necessary labor, materials, and tools for the maintenance and repair of vehicle barrier systems, including support equipment and associated technologies, based on manufacturer specifications and industry standards. Key tasks include preventative maintenance inspections (PMI), routine service call repairs, and emergency responses, all of which must adhere to specified timelines and operational efficiency standards. Notably, the contractor must respond to emergency service calls within six hours and routine calls within twenty-four hours. Comprehensive quality control measures are mandated, including regular reporting and documentation of maintenance activities. The contractor’s personnel must possess relevant qualifications, including certification for barrier system operations. The document emphasizes adherence to safety regulations and environmental compliance while detailing the operational framework for maintenance tasks, including a requirement for contractor-provided training for AFC personnel. Overall, the PWS underscores the importance of sustained functional capability of vehicle barrier systems crucial for base security operations.
Apr 14, 2025, 7:05 PM UTC
The Dover Air Force Base is seeking bids for a contract related to the maintenance of Active Vehicle Barriers. The proposal outlines a complete schedule for Monthly Preventative Maintenance Inspections (PMI) with various personnel roles over multiple option years and a six-month extension. For each year, the contract specifies quantities, costs, and the inclusion of travel and lodging expenses. Additionally, it details routine and emergency service calls, identifying required visits by project managers, service coordinators, lead technicians, and barrier technicians. The document further includes provisions for reimbursable parts with quantities specified for each option year. The Total Evaluated Price includes the base contract value and all options, calculated for potential services extension as per FAR guidelines. This contract reflects the government’s commitment to maintaining security infrastructure through regular inspections and emergency services to ensure operational readiness and safety at Dover AFB.
Apr 15, 2025, 4:05 PM UTC
The Dover AFB Active Vehicle Barriers Contract outlines the bid schedule for monthly preventative maintenance inspections and service calls over multiple option years, as well as an emergency service plan. The contract specifies roles including Project Manager, Service Coordinator, Lead Technician, and Barrier Technician, each assigned to a series of visits per contract year. The contract allows for routine and emergency service calls, with travel and lodging expenses included. A detailed cost structure indicates priced categories for maintenance visits, emergency calls, and reimbursable parts, with the total estimated contract value reaching $38,500. The document also highlights evaluation pricing, governed by federal regulations, that includes potential extensions. Overall, this contract is part of a governmental initiative to ensure the effective maintenance of vehicle barrier systems at Dover Air Force Base, underscoring the importance of security infrastructure management in federal operations.
Apr 15, 2025, 4:05 PM UTC
The document, identified as FA449725Q0018, outlines various federal acquisition clauses, regulations, and requirements applicable to contracts involving commercial products and services. It includes provisions on contractor responsibilities, whistleblower rights, antiterrorism training, safeguarding defense information, and compliance with cybersecurity measures, particularly referencing NIST SP 800-171 assessment requirements. Key stipulations also cover regulations against employing covered telecommunications equipment related to specific geopolitical concerns, such as the Maduro regime and operations from Xinjiang. Additionally, it emphasizes the submission process for payment requests through the Wide Area Workflow (WAWF), facilitating electronic transactions for contractor payments. The document is structured with dedicated sections for incorporated clauses and detailed provisions ranging from definitions of business types to certifications regarding tax liabilities and criminal convictions. It serves as an essential guide for contractors bidding on government projects, ensuring compliance with legal standards and ethical business practices within the federal acquisition framework. Overall, the document underscores the commitment to uphold integrity, security, and accountability throughout the procurement process.
Apr 15, 2025, 4:05 PM UTC
The document outlines Wage Determination No. 2015-4217 for jobs covered under the Service Contract Act, applicable in Delaware, specifically Kent County. It mandates compliance with minimum wage requirements, with rates adjusted annually under Executive Orders 14026 and 13658. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts from 2015 to January 29, 2022, must pay at least $13.30 per hour. The file lists detailed wage rates for various occupations, covering administrative support, automotive services, health-related jobs, and more, alongside fringe benefits such as health and welfare, vacation, and holiday entitlements. It also emphasizes requirements for paid sick leave under Executive Order 13706. Contractors are informed about necessary classifications and wage rates for unlisted employee roles via a conformance process to maintain fair compensation. Overall, the document serves as a compliance tool for contractors involved in government contracts, fostering adherence to labor standards.
Apr 15, 2025, 4:05 PM UTC
The government document addresses contractor inquiries regarding solicitation FA449725Q0018 for maintenance services on barrier systems. Key points include clarification on submission deadlines and site visits; the NAICS code is fixed for small businesses, and this is a new requirement following the expiration of a previous contract. Contractors are instructed to reference specific amendments for additional details, including equipment inventories and site-specific information, such as gate locations and traffic control systems. Responses outline expectations for repair parts management, billing for overhead costs, and pricing uncertainties regarding sandblasting tasks. A strict technical response limit of three pages is emphasized, aimed at a concise approach to proposal submissions. Transparency is required for costs exceeding estimates, with justifications necessary for variances from proposed reimbursements. This document serves as a comprehensive guideline for contractors bidding on the project, ensuring clarity and adherence to established protocols.
Apr 15, 2025, 4:05 PM UTC
The document outlines various types of vehicle barrier and support equipment utilized across multiple gates and access points, detailing models, manufacturers, power types, and operational years. Specifically, it lists active vehicle barriers like the Net (Global Grab) and various models from Tymetal Corp. and Nasatka, specifying electrical and hydraulic options alongside quantities. Various types of controls and panels, including main control panels and slave control panels, are documented, along with associated accessories such as vehicle detection and warning systems. The file serves as a comprehensive inventory for the security equipment deployed at critical checkpoints, illustrating a focus on enhancing security measures through reliable access control solutions. This is particularly pertinent for government RFPs and grants aimed at upgrading infrastructure for safety and protection, indicating a systematic approach to asset management in the realm of federal and local security initiatives.
Apr 1, 2025, 8:05 PM UTC
The government document outlines a solicitation for services related to the maintenance of Active Vehicle Barriers, specifically targeting Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The solicitation number is FA449725Q0018, with an award value of $34 million, covering a performance period from May 1, 2025, to April 30, 2030. The contract includes specific line items for preventative maintenance, routine service calls, emergency service calls, and reimbursable parts. The contract emphasizes firm-fixed pricing and specifies delivery and performance metrics. Contractors are required to follow various federal regulations, including the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, detailing compliance responsibilities, payment processes, and inspection criteria. Subcontracting opportunities for small business concerns, including those led by veterans and other disadvantaged groups, are encouraged, aligning with federal goals to support minority-owned businesses in government contracting. The document ultimately reflects the government's commitment to promoting equitable business practices while seeking essential service provision and maintenance.
Apr 15, 2025, 4:05 PM UTC
The Department of the Air Force is seeking quotes for Vehicle Barrier Maintenance at Dover Air Force Base, as outlined in solicitation FA449725Q0018. The solicitation was issued on April 1, 2025, with a quote response deadline set for April 16, 2025. This procurement is designated as a 100% Small Business set-aside, targeting entities classified under NAICS code 811210, with a size standard of $34 million. Quotes must adhere to specific guidelines, including submission by email, and may be assessed for completeness and reasonableness. A written solicitation will not be provided, and bidders are informed of the importance of adherence to all terms and conditions. The contract will be awarded based on a combination of quality and price, both considered approximately equal in significance. The evaluation will begin with the lowest total evaluated price (TEP) quotation, with a focus on technical capability and past performance. Quoters are reminded of the necessity of SAM registration and to acknowledge any amendments during the quote submission process. The project's objective includes ensuring the continued functionality and safety of vehicle barriers on the base, with performance by May 1, 2025.
Apr 15, 2025, 4:05 PM UTC
The Department of the Air Force is seeking requests for quotations (RFQ) for Vehicle Barrier Maintenance at Dover Air Force Base (AFB), as outlined in solicitation FA449725Q0018 issued on April 1, 2025. This acquisition is reserved exclusively for small businesses, with a NAICS code of 811210, reflecting a size standard of $34 million. The service is required to commence by May 1, 2025, following a 30-day delivery period from an awarded contract. Quoters must adhere to specific submission procedures, including the use of electronic quotes by April 16, 2025, and may inquire about the contract details by April 7, 2025. A site visit is optional and must be requested by April 8, 2025. Evaluation criteria focus on both quality (technical capability and approach) and price, with the total evaluated price (TEP) calculated for award determination. Quotes must include detailed technical plans not exceeding three pages and ensure compliance with all solicitation requirements. The government reserves the right to assess past performance and price fairness before awarding a firm-fixed-price contract based on best value. Attachments provide further stipulations and detailed requirements for compliance.
Apr 15, 2025, 4:05 PM UTC
The Department of the Air Force, via the 436th Contracting Squadron at Dover Air Force Base, is soliciting quotes for Vehicle Barrier Maintenance under Solicitation FA449725Q0018. Issued on April 1, 2025, with a response deadline of April 16, 2025, this request for quotation (RFQ) is exclusively open to small businesses, as per the associated NAICS code 811210. The required services, specified in the Performance Work Statement (PWS), must be delivered by May 1, 2025, at the specified F.O.B. destination in Dover, DE. Quoters are instructed to submit their proposals electronically and must include technical capability and price information. A site visit may be arranged upon request, ensuring proper identification for base access. The award will be based on best value, considering both price and the quality of the technical proposal, with no specific ranking of evaluation factors. The document outlines necessary provisions for compliance, the evaluation process, and emphasizes the importance of registration in the System for Award Management (SAM). The government aims to determine the most advantageous quote for contract award following a comprehensive evaluation process. This solicitation reflects an organized effort to engage small businesses in fulfilling maintenance needs while adhering to federal procurement protocols.
Apr 15, 2025, 4:05 PM UTC
The Department of the Air Force, through the 436th Contracting Squadron at Dover Air Force Base, is seeking quotations for a Vehicle Barrier Maintenance contract, Solicitation Number FA449725Q0018. The key dates include a questions response deadline on April 7, 2025, and a quote response deadline on April 18, 2025. This requirement is exclusively set aside for small businesses, aligning with the North American Industry Classification System (NAICS) code 811210, which has a small business size standard of $34 million. The contract will be a Firm-Fixed-Price type, awarded based on price and technical capability, with evaluations focusing on responsiveness to solicitation requirements and past performance. Quoters must submit their proposals electronically, adhering to specific formatting guidelines, and must ensure they are registered in the System for Award Management (SAM). Additional documents provide specifications regarding proposals, including performance work statements and pricing schedules. The evaluation will consider both technical quality and price, with the aim of determining the most advantageous offer for the government. This solicitation reflects established procedures for contract awards under the Federal Acquisition Regulation (FAR), emphasizing adherence to compliance and detailed submission requirements by the bidders.
Apr 15, 2025, 4:05 PM UTC
The Department of the Air Force issued a combined synopsis/solicitation for Vehicle Barrier Maintenance at Dover Air Force Base (AFB), Solicitation Number FA449725Q0018. The solicitation, set aside for small businesses, requests quotes for maintenance services to be delivered by May 1, 2025. Key deadlines include a questions response deadline on April 7, 2025, and a quote response deadline on April 18, 2025. Amendments provide updates on deadlines and added attachments important for quoting. Quoters must adhere to specific provisions and clauses and are instructed to submit detailed quotes that demonstrate technical capability and pricing, the latter assessed for reasonableness alongside evaluated total contract costs. The government aims to award a Firm-Fixed-Price contract based on best value, emphasizing both quality and price in its evaluation. A site visit may be requested but must be pre-approved, and access to Dover AFB is regulated. Specific attachments include the Performance Work Statement and other relevant documentation to guide quoter submissions. Overall, the solicitation emphasizes responsiveness to requirements, compliance with FAR regulations, and thorough evaluation to ensure the success of the contract.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Amendment 1 - Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking proposals for the maintenance and repair of vehicle barriers at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring their functionality and compliance with safety standards. This procurement is critical for maintaining the security infrastructure of the base, which includes a total of forty-four operational vehicle barriers and associated control systems. Interested small businesses must submit their quotes by May 9, 2025, following a scheduled site visit on April 28, 2025, and can direct inquiries to Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
FY25 Exterior Paint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the FY25 Exterior Paint project at Dover Air Force Base (DAFB) in Delaware. The project involves repainting the exteriors of Buildings 600, 635, and 921, requiring contractors to provide all necessary design, labor, materials, and equipment while adhering to the Air Force Whole Building Design Guide and DAFB standards. This procurement is crucial for maintaining the aesthetic and structural integrity of the facilities, with a contract value estimated between $100,000 and $250,000. Interested parties must submit sealed bids by April 28, 2025, and can direct inquiries to Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil or TSgt Joshua Brooks at joshua.brooks.14@us.af.mil.
KSCC 18-1525 Construct Vehicle Barriers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price construction contract titled "KSCC 18-1525 Construct Vehicle Barriers" at Kennedy Space Center, Florida. The project aims to enhance security through the installation of vehicle barriers, including bollards and cable fences, with an estimated value between $500,000 and $1,000,000, and is exclusively set aside for Women-Owned Small Businesses (WOSB). This initiative is critical for ensuring anti-terrorism measures at key infrastructures, aligning with federal standards and environmental regulations. Interested contractors must submit their bids by May 15, 2025, with all inquiries directed to the primary contact, 2d Lt. Charles Cowart, at charles.cowart.4@spaceforce.mil, or the contracting officer, Patricia A. Bates, at patricia.bates@spaceforce.mil.
Vehicle Barrier System
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting quotes for a Vehicle Barrier System under solicitation number N6470925Q0025, aimed at enhancing security at the Strategic Weapons Facility, Atlantic (SWFLANT) in Kings Bay, Georgia. The procurement seeks a modular, deployable barrier system capable of stopping large vehicle threats, including tractor-trailer attacks, at Entry Control Points (ECP), with specific requirements for safety certifications and ease of deployment by a single individual. This initiative underscores the importance of robust security measures at strategic installations while promoting small business participation in federal contracting, as the opportunity is set aside for small businesses under NAICS code 561621. Interested vendors must submit their proposals, including pricing and compliance with Federal Acquisition Regulations, within the specified timeframe, with contract awards expected approximately 30 days post-submission. For further inquiries, interested parties can contact the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or reach out to Yvette Tullock at YVETTE.TULLOCK@SWFLANT.NAVY.MIL or by phone at 912-676-2012.
Asphalt Sealing Machine
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Request for Information (RFI) to identify potential sources for the procurement of an asphalt sealing machine and related components. The requirement includes the provision of a Crafco Super Shot 250 or an equivalent machine, along with various specified parts, to support maintenance operations at Dover Air Force Base in Delaware. This procurement is crucial for ensuring the operational readiness and maintenance of airfield surfaces, which are vital for mission success. Interested small businesses must submit a capability statement by May 1, 2025, and are encouraged to register in the System for Award Management (SAM) prior to contract award. For further inquiries, potential respondents can contact Sydney Hocker or Jordan Bongcayao via the provided email addresses.
Hangar Door Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Hangar Door Maintenance Services at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement includes comprehensive maintenance tasks such as inspections, repairs, lubrication, and corrosion treatments, ensuring compliance with industry standards and safety regulations, including AFOSH and OSHA. This maintenance is crucial for operational readiness at the Air Force Base, with the contract period of performance set to commence on October 1, 2025, and the total award amount anticipated to be approximately $12.5 million. Interested parties can reach out to 2d Lt Hunter Bailey at hunter.bailey.5@us.af.mil or by phone at 919-722-8944 for further information.
Vertical Lifting Fabric Hangar Doors Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance and repair services of vertical lifting fabric hangar doors at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement is a 100% Small Business set-aside, with the contract structured as a Firm Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, spanning an initial period from October 1, 2025, to September 30, 2026, with four additional one-year option periods. The services are critical for ensuring the operational integrity and safety of hangar facilities, adhering to stringent safety and performance standards outlined in the Performance Work Statement. Interested contractors must submit their proposals electronically by the specified deadline and can direct inquiries to Adam Donofrio or Ramnarine Mahadeo via email. The estimated contract value is approximately $12,500,000, and compliance with federal labor standards, including wage determinations, is mandatory.
Barricade System Hydraulic Cylinder Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the installation and replacement of hydraulic cylinders and related components for the barricade system at Goodfellow Air Force Base in Texas. The project requires contractors to provide all necessary components, including 3" x 10" hydraulic cylinders, hydraulic filters, and hydraulic fluid, ensuring compliance with specified manufacturer standards and safety regulations. This procurement is critical for maintaining operational security and safety at the base, particularly in preventing unauthorized vehicle access. Interested small businesses must submit their quotes by April 30, 2025, and are encouraged to attend a site visit on April 22, 2025, with all inquiries directed to Contract Specialist SrA Larenz Hernandez at larenz.hernandez@us.af.mil or (325) 654-3800.
J--US Air Force Research Laboratory Vehicular Mainten
Buyer not available
The Department of the Interior, through the Acquisition Services Directorate, is seeking contractors to provide mobile mechanic services for the maintenance and repair of low-speed vehicles at Eglin Air Force Base, Florida. The contract will cover a six-month base period from June 1, 2025, to November 30, 2025, with the possibility of four one-year extensions, and will be awarded as a Time & Materials contract. This procurement is crucial for ensuring the operational readiness of essential vehicles, such as mowers and forklifts, used at the military installation. Interested contractors must submit their quotes by April 25, 2025, and comply with all requirements outlined in the solicitation, including registration in the System for Award Management. The total contract value is estimated at $12.5 million, and inquiries can be directed to Lydia Schickler at lydiaschickler@ibc.doi.gov or by phone at 703-964-4872.
FA8604 MMH System at Dover MMHS
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FA8604 MMH System at Dover Air Force Base, Delaware, under Solicitation Number FA8604-25-R-B021. The procurement involves the design, fabrication, installation, and testing of a Mechanized Material Handling System, with a total of eight line items specified in the request for proposal. This system is crucial for enhancing material handling efficiency at the base, and the contract completion is required within 360 days from the award date. Interested parties must submit their proposals by 3:00 PM Eastern Daylight Time on May 21, 2025, and are encouraged to direct any questions to the primary contacts, Andrew Petersen and Samantha Ekberg, via email. All proposals must be submitted through the Procurement Integrated Enterprise Environment (PIEE) platform, and late submissions will not be considered.