EADS Denial Barrier Maintenance
ID: W50S8N24Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NYANG 174SYRACUSE, NY, 13211-7099, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide maintenance services for the EADS Active Barrier Gate System located at the Eastern Air Defense Sector in Rome, New York. The procurement involves a combined synopsis/solicitation for both quarterly and yearly maintenance tasks over a base year with four optional years, ensuring the proper functioning of safety detection equipment and compliance with rigorous quality control standards. This maintenance is crucial for the operational integrity of security systems at the facility, which plays a vital role in national defense. Interested contractors must submit their quotes by September 12, 2024, at 2:00 PM Eastern, and can direct inquiries to Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided Performance Work Statement (PWS) outlines the requirements for maintaining the Active Barrier Gate System at the Eastern Air Defense Sector (EADS) located in Rome, New York. The contractor is responsible for delivering personnel, supervision, and labor to ensure the gate system operates correctly over a base period of one year, with options for three additional years. Key tasks include performing quarterly and annual preventive maintenance, addressing repairs, and ensuring compliance with rigorous quality control standards. The contractor must adhere to security requirements, manage contractor personnel identification, and report labor hours through a specified system. Furthermore, the document emphasizes the importance of protecting government property and information, agreeing to a zero-tolerance policy toward human trafficking, and ensuring government ownership of all produced materials. The PWS is structured around general requirements, qualifications for contractors, definitions of involved parties, and detailed maintenance protocols, thus providing a comprehensive framework for the contract's execution while safeguarding government interests and property.
    The RFI dated 9-4-2024 addresses the completion of deliverables related to the EADS-Denial Barrier Maintenance project. Specifically, it seeks clarification on requirements for Identification Media, General and Shop Drawings, emphasizing the necessity for “AS-BUILT” documentation reflecting any contractor field changes. It inquires about the process for submitting costs related to normal and emergency service requests post-award, proposing a "Not to Exceed" pricing structure, which should include hourly rates and trip fees. There’s also confirmation that the awarded contractor can include the "inspection before acceptance" as part of their quarterly preventive maintenance. Overall, this document outlines critical aspects of contractor responsibilities and pricing mechanisms under the specified solicitation, aiming to ensure clarity and compliance with maintenance expectations and financial parameters.
    The document pertains to the Requests for Information regarding maintenance for the EADS Denial Barrier, as outlined in the Sam.gov notice W50S8N24Q0012. Key inquiries focus on the service requirements, including the number of service requests, response times, and pricing structure. The contractor is expected to oversee both normal and emergency service requests, responding to normal service within two business days and emergency requests within 24 hours. The contractor's pricing must encompass materials and labor, and there is no price matrix provided for bidders; instead, a separate price submission for service types is suggested. Certification from the AVB manufacturer is required for the contractor. Additionally, technicians will not receive long-term access passes but must provide valid driver's licenses prior to service. The last preventive maintenance was monthly, with a transition to quarterly schedules expected. This document is crucial for outlining the contract obligations and service expectations for prospective bidders in the federal procurement context.
    The document outlines a series of guidelines and protocols associated with federal and state Request for Proposals (RFPs) and grants. It emphasizes the importance of compliance with legal standards, financial regulations, and project transparency. The core topic centers around the procedural steps necessary for submitting successful proposals, including required documentation, timelines, and criteria for evaluating submissions. It also discusses the importance of addressing community needs and stakeholder engagement in project planning. Key components include understanding the submission process, ensuring adherence to budget constraints, and fulfilling reporting obligations for funded projects. The document further stresses the need for a strategic approach to project design, highlighting the significance of aligning proposals with federal priorities and community aspirations. Overall, this framework aims to facilitate effective government funding allocations while promoting accountability and efficiency in public spending. The structured approach promotes collaboration between agencies and applicants, enhances project viability, and encourages the development of initiatives that benefit local populations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NYARNG ESS Instillation Troy NY
    Active
    Dept Of Defense
    The Department of Defense, specifically the New York Army National Guard, is seeking contractors for the installation of Electronic Security Systems (ESS) at the Glenmore Road Armory in Troy, New York. The project involves the installation of Closed Circuit Television (CCTV) and FIPS compliant Access Control Systems, with completion deadlines set for access control by September 15, 2024, and CCTV by January 15, 2025. This initiative is crucial for enhancing security measures at military facilities, ensuring compliance with government procurement policies and safety standards. Interested contractors must submit their quotes via email to Andrew Emrich by including a signed RFQ (DD 1449) and demonstrating their capabilities, availability of supplies, and employee qualifications, as partial quotes will not be accepted.
    Repair Vehicle Access Gate
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of an automatic vehicle access gate at the Fresno Air National Guard Base. The project requires contractors to provide all necessary personnel, equipment, and materials to execute the repairs as outlined in the Performance Work Statement, which includes replacing existing traffic loops and ensuring compatibility with the ADVANTOR access system. This procurement is critical for maintaining security and operational efficiency at the base, with the contract set aside exclusively for small businesses under the SBA guidelines, and a total estimated value of approximately $22 million. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    Building 610 Fabric Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the fabric door of Building 610 at the 174th Attack Wing in Syracuse, New York. This project, identified as Project HAAW232014, is a total small business set-aside with an estimated value between $500,000 and $1,000,000, requiring bidders to utilize Assa Abloy certified technicians for the installation and maintenance of the Mega Door systems. The successful contractor will be responsible for ensuring compliance with safety and environmental regulations while completing the necessary repairs within a timeline of 270 days. Interested parties must attend a pre-bid conference on September 4, 2024, and submit their bids, which must remain valid for at least 90 days, to the primary contact, Briana McCaffery, at briana.mccaffery@us.af.mil, or by phone at 315-233-2130.
    Security Alarms & Installation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of a Door Alarm Monitoring System (DAMS) at Fort Eustis, Virginia, specifically for the 128th Aviation Brigade. The contractor will be responsible for planning, procuring, and installing the security alarm systems in designated barracks, ensuring compliance with all applicable construction codes and federal regulations. This initiative is crucial for enhancing the security infrastructure of military facilities, thereby safeguarding personnel and property during training activities. Interested small businesses must submit their quotes by September 18, 2024, at 11:00 AM EST, and can direct inquiries to Senior Airman Naomi Rants at naomi.rants@us.af.mil, with a total contract value of up to $25 million.
    MS ANG CRTC Vehicle Denial Barrier Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking qualified contractors to refurbish and upgrade the Front Gate Vehicle Denial Barriers at the Combat Readiness Training Center in Gulfport, Mississippi. The contractor will be responsible for providing all necessary personnel, equipment, materials, and quality control to ensure the barriers are restored to full functionality within a performance period of 120 days. This project is critical for enhancing security measures at the facility, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their quotes by 2:00 PM CDT on September 18, 2024, to the designated contacts, SMSgt Michael S. Hornbeck and Mr. James Nelson, via the provided email addresses.
    ELECTROMECHANICAL ACTUATOR (EMA) for OPERATION OF NASATKA AUTOMATIC VEHICLE BARRIERIS (AVB)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for a firm fixed price contract to provide spare parts for the NASATKA Automatic Vehicle Barriers (AVB) at Aviano Air Base, Italy. The procurement includes various electromechanical actuators, power and resolver cables, control panels, and associated accessories, aimed at enhancing the operational capacity of existing vehicle barrier systems. This initiative is critical for maintaining robust security measures at military installations, ensuring the effectiveness of anti-vehicle barriers. Quotes are due by September 22, 2024, and interested vendors must be registered in the System for Award Management (SAM) to be eligible. For further inquiries, contact Alessandra Ferracin at alessandra.ferracin.it@us.af.mil or Melissa Maurhart at melissa.maurhart.it@us.af.mil.
    Repair Small Arms Range Bullet Trap
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the Small Arms Range Bullet Trap at Hancock Field Air National Guard Base in Syracuse, New York. This project, designated as Project HAAW222015, is a total small business set-aside under NAICS code 236220, with an estimated funding range between $250,000 and $500,000. The repairs are critical for maintaining operational readiness and safety at the range, which has not been cleaned since 2009 and requires compliance with various environmental and safety regulations. Interested bidders must attend a pre-bid conference on August 27, 2024, and submit their bids by September 17, 2024, with the expectation that funds will be available by September 30, 2024. For further inquiries, bidders can contact Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil.
    81st Readiness Division (RD) Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Charleston District, is soliciting quotes for Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services for the 81st Readiness Division (RD). The procurement aims to ensure the operational integrity of IDS across multiple military installations, requiring contractors to perform semi-annual preventative maintenance inspections and execute corrective maintenance as needed, in compliance with military security regulations. This contract, valued at up to $2,500,000, will be awarded as a single indefinite-delivery/indefinite-quantity (IDIQ) firm fixed-price contract, with a performance period from September 30, 2024, to September 30, 2029. Interested contractors must submit their quotes by September 23, 2024, to the designated contacts, Lauren Secor and Brandon Lewis, via email.
    100 SFS Turnstiles & Barriers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of security infrastructure at RAF Mildenhall, United Kingdom. The project includes the installation of perimeter gate turnstiles, pedestrian gates, automated cantilever gates, and CCTV systems, aimed at enhancing security measures for the 100 Security Forces Squadron. This initiative is critical for preventing unauthorized access and ensuring the safety of personnel and vehicles at key locations within the military installation. Interested vendors must submit their proposals electronically by the specified deadline, with a focus on price and technical capability, and are encouraged to direct inquiries to Charles Kye at charles.kye.1@us.af.mil or Claire Switzer at claire.switzer.gb@us.af.mil. The completion of the project is expected before October 31, 2024, and proposals must adhere to the outlined Federal Acquisition Regulations and requirements.
    Access Control System & Intrusion Detection System B3009: Simulation Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at the F-16 Flight Simulator Facility (building 3009) located at Joint Base Andrews, Maryland. The procurement aims to enhance security measures by ensuring that the new systems are compatible with existing infrastructure, particularly the Tyco International C-CURE 9000 and Honeywell Vindicator systems, in compliance with Intelligence Community Directive (ICD) 705. This initiative is critical for maintaining operational security at military facilities and involves engineering, installation, testing, and training services to ensure full operational compliance. Interested small businesses must submit their quotations by September 24, 2024, with an anticipated award date of September 27, 2024. The total funding amount for this project is $734,012.09, and inquiries can be directed to Stacey Little at stacey.little.1@us.af.mil or Bo Im at bo.im.1@us.af.mil.