Security Barriers Maintenance and Repair
ID: FA2517-PC-SS-1Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The procurement requires comprehensive services, including personnel, labor, equipment, and materials necessary for the upkeep of various barrier system components, such as actuators, control systems, and safety loops, all while adhering to military and legal standards. These vehicle barrier systems are critical for maintaining high-security measures at Air Force installations, ensuring operational readiness and compliance with safety regulations. Interested contractors must submit their capability statements by October 16, 2024, and are encouraged to provide feedback on the draft Performance Work Statement, with the anticipated solicitation expected in the second quarter of Fiscal Year 2025. For further inquiries, contact Philip Choate at philip.choate.1@spaceforce.mil or call 719-556-9599.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications and details of active vehicle barriers and associated equipment across various buildings and gates. It includes control panels, power types, model numbers, and years of operation. The main focus is on ensuring the optimal functioning of hydraulic crash beams, sliding gates, and related control systems, indicating their necessity for high-security contexts. Most equipment is operational, with specific details about different locations and types, such as Delta Scientific models and Smith & Wesson security solutions. Additionally, it highlights the presence of various control systems, including touch screens and human-machine interfaces, necessary for effective operation. This documentation serves as an inventory for federal and state agencies, ensuring that security measures are maintained and up to date, which aligns with government protocols for infrastructure and safety compliance.
    The draft Performance Work Statement (PWS) outlines the requirements for the Air Force Vehicle Barriers Maintenance and Repair (M&R) Services Contract. Its primary purpose is to ensure preventive maintenance, minor repairs, and inspections for operational vehicle barriers across Air Force installations, with mandatory incorporation of this standard PWS for all bases transitioning to contracted maintenance. Key services include conducting regular preventive maintenance, maintaining barrier components, providing technician training, and ensuring compliance with safety standards and environmental regulations. Specific tasks involve cleaning barrier pits, re-painting for corrosion protection, and documenting service details in a Maintenance and Repair Log. Contractors must employ qualified personnel, including a Lead Technician with relevant certifications and Barrier Technicians with practical experience. Detailed protocols for emergency service calls, reporting, and performance evaluation are established to enhance operational readiness while minimizing downtime. The PWS emphasizes regulatory compliance, quality control, and maintaining operational rates of at least 96% for all barrier systems. The comprehensive requirements reflect the Air Force's commitment to securing installations while ensuring rigorous safety and operational standards.
    The 21st Contracting Squadron (21 CONS) at Peterson Space Force Base has issued a Request for Information (RFI) regarding the maintenance and repair of vehicle barrier systems. This RFI is part of market research to determine acquisition strategies, particularly the potential for small business participation. Contractors are invited to submit capability statements, ensuring they are registered in the System for Award Management (SAM). The scope includes comprehensive maintenance services for various barrier system components, adhering to military and legal standards. Interested parties must respond by October 16, 2024, providing specific information about their business type, relevant contracts, past projects, and their ability to meet outlined experience requirements. Feedback on the draft Performance Work Statement (PWS) is encouraged to enhance proposal clarity. The anticipated solicitation is set for the second quarter of Fiscal Year 2025, with specific project management currently held by Perimeter Security Partners under contract FA2517-21-F-0107. Responses must be concise and follow prescribed submission criteria, reinforcing the structured communication expected in government contracting processes.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Active Vehicle Barrier Maintenance - Davis-Monthan AFB - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Active Vehicle Barrier Maintenance and Repair Services at Davis-Monthan Air Force Base in Tucson, Arizona. The contractor will be responsible for providing preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal regulations. This contract is crucial for maintaining the operational readiness and safety of vehicle barrier systems, which play a vital role in base security. Interested small businesses must submit their quotes by October 25, 2024, and can direct inquiries to Edilberto Sampang Jr. at edilberto.sampang@us.af.mil or Jerry L. Sauder at 355CONS.PKBA.Services@us.af.mil. A site visit is scheduled for October 9, 2024, and all questions must be submitted by October 14, 2024.
    Peterson and Cheyenne Mountain Oil & Water Separators (OWS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide management and maintenance services for Oil/Water Separators (OWS), sand sediments, grease traps, and septic tanks at Peterson Space Force Base and Cheyenne Mountain Space Force Station in Colorado. The procurement requires contractors to inspect, pump, clean, and remove waste from these systems while adhering to all applicable federal, state, and local regulations, including OSHA standards. This initiative is crucial for maintaining environmental compliance and operational readiness at the Space Force bases, ensuring safe and effective waste management practices. Interested contractors must submit capability statements by October 16, 2024, and should contact Philip Choate at philip.choate.1@spaceforce.mil or 719-556-0661 for further information.
    Substation Maintenance Services Vandenberg Space Force Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Substation Maintenance Services at Vandenberg Space Force Base in California. This procurement aims to secure comprehensive maintenance services for nine substations and one meter yard, ensuring operational continuity and compliance with federal regulations during both routine operations and emergencies. The contract, set aside for small businesses under NAICS code 237130, has a total funding amount of $45 million and requires proposals to be submitted by October 31, 2024, with a pre-proposal conference scheduled for October 15, 2024. Interested parties should contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil for further details.
    Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for a Design-Build project to repair the vehicle search area at Offutt Air Force Base (OAFB) in Nebraska. The project involves demolishing existing facilities and constructing new structures to enhance vehicle control, inspection processes, and security in compliance with Unified Facilities Criteria (UFC) standards. This initiative is crucial for ensuring effective traffic management and security at the USSTRATCOM Gate, with an estimated construction cost ranging from $10 million to $25 million. Interested prime contractors with a bonding capability of at least $10 million must submit their responses, including company information and relevant project experience, by October 9, 2024, with the anticipated solicitation expected to be issued in April 2025.
    Temporary Lodging Facility (TLF), Peterson Space Force Base (PSFB), Colorado (CO)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting proposals for the construction of a Temporary Lodging Facility (TLF) at Peterson Space Force Base in Colorado. The project entails the construction of three single-story, wood-framed buildings totaling approximately 26,413 gross square feet, designed to provide temporary lodging with various functional amenities, including accessible units, community laundry facilities, and essential infrastructure. This initiative is crucial for enhancing support facilities for military personnel, reflecting the government's commitment to improving military infrastructure. Proposals are due by November 7, 2024, with an estimated construction cost between $10 million and $25 million. Interested contractors should direct inquiries to Brandon Landis at brandon.p.landis@usace.army.mil.
    VSFB Vehicle Corrosion Control Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Corrosion Control Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0038, is a total small business set-aside under NAICS code 811121, with an estimated contract value of $9 million over a five-year period from December 1, 2024, to November 30, 2029. The services required include comprehensive corrosion control and painting for government vehicles, ensuring compliance with environmental regulations and maintaining high-quality standards. Interested contractors must submit their proposals by October 16, 2024, and are encouraged to attend a pre-proposal conference on October 9, 2024, for further details. For inquiries, potential offerors can contact Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    Barrier Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Regional Contracting Office in Vicenza, Italy, is seeking contractors to provide barrier maintenance services for US Army Garrison installations in the greater Vicenza and Livorno Military communities. The contract will encompass a range of non-personal services, including labor, management, tools, equipment, and cleaning supplies, aimed at maintaining safe and professional facility conditions. This procurement is crucial for ensuring the upkeep of military installations, with a contract duration consisting of a base period and four option periods. Interested vendors must submit a capabilities statement and relevant documentation by October 17, 2024, to the designated contacts, Jennifer Rovira and Francesca Candia, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    FY25 Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Seattle District, is seeking interested business sources for the construction of a Commercial Entrance Control Facility at Malmstrom Air Force Base in Montana. The project involves the design and construction of a large vehicle inspection station, support buildings, and various security features, with an estimated construction magnitude between $10,000,000 and $25,000,000. This sources sought notice aims to identify qualified contractors, particularly small businesses and those classified under specific programs such as 8(a) or Service-Disabled Veteran-Owned Small Businesses, to ensure compliance with the NAICS code 236220. Interested firms must submit their capabilities packages by October 14, 2024, and must be registered in the System for Award Management (SAM) to be eligible for future contracts. For further inquiries, contact Kyla Couch at kyla.m.couch@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil.
    J--US Air Force Research Laboratory Vehicular Mainten
    Active
    Interior, Department Of The
    The Department of the Interior, through the Acquisition Services Directorate, is seeking contractors to provide maintenance and repair services for low-speed vehicles at Eglin Air Force Base, Florida. The procurement involves a firm-fixed-price contract with a six-month base period starting December 1, 2024, followed by four optional one-year periods and a six-month extension, specifically set aside for small businesses under NAICS code 811310. This opportunity is crucial for ensuring the operational readiness of military equipment, as contractors will be responsible for providing all necessary personnel, tools, and supplies while adhering to safety protocols and government regulations. Interested contractors must submit their proposals by the extended deadline of October 7, 2024, and are encouraged to contact Jennifer Arthur at jenniferarthur@ibc.doi.gov for further information.
    Notice of Intent to Sole Source A-E Construction Phase Services for Temporary Lodging Facility (TLF), Peterson Space Force Base (SFB), Colorado (CO)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Omaha District, intends to negotiate a sole source contract for architect-engineering construction phase services related to the Temporary Lodging Facility at Peterson Space Force Base in Colorado. The selected firm will be responsible for post-award activities, including construction submittal reviews, responding to contractor Requests for Information (RFIs), managing potential design changes, and attending site visits and construction meetings over an estimated 18-month period. This procurement is crucial for ensuring that the facility is constructed according to the original design intent and specifications. Interested firms must submit a capability statement by October 11, 2024, at 2:00 PM Central, with the estimated contract value ranging from $250,000 to $750,000. For further inquiries, contact Brandon Landis at brandon.p.landis@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil.