ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Active Vehicle Barrier Replacement

DEPT OF DEFENSE W50S8A25BA008
Response Deadline
Aug 26, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Army, is soliciting bids for the replacement of Active Vehicle Barriers at Pease Air National Guard Base in Newington, New Hampshire. The project requires contractors to provide all necessary labor, materials, and equipment to replace existing barriers with new K12-rated, crash-certified wedge barriers from a DoD-approved list, with a performance period of approximately 270 days. This procurement is a total small business set-aside under NAICS code 236220, with an estimated contract value between $500,000 and $1 million. Interested bidders must submit their proposals by August 26, 2025, and are encouraged to attend a pre-bid site visit on August 5, 2025; for further inquiries, they can contact Casey Pridham at casey.a.pridham.mil@army.mil or Richard Trafton at Richard.C.Trafton.civ@army.mil.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Y1PZ
CONSTRUCTION OF OTHER NON-BUILDING FACILITIES

Solicitation Documents

17 Files
SOW Repair AVBs V2.docx
Word63 KBJul 24, 2025
AI Summary
The Statement of Work (SOW) outlines the requirements for replacing obsolete Active Vehicle Barriers (AVBs) at Pease Air National Guard Base in New Hampshire. The contractor is responsible for removing existing barriers and installing new crash-rated, K12-rated wedge barriers from the Department of Defense's approved list, ensuring compliance with anti-terrorism regulations. The project will commence upon contract award and aims for completion by December 2025. Key tasks include providing all necessary personnel, equipment, and materials, maintaining strict quality control, and ensuring timely coordination with the Contracting Officer’s Representative. The contractor must adhere to specified working hours, comply with local regulations, and undertake thorough safety measures concerning government security protocols. The document details the need for contractor training in operational procedures, outlines obligations for waste management, and emphasizes the importance of utilizing certified personnel for installation. Additionally, a comprehensive quality assurance program is mandated, alongside periodic evaluations to verify compliance with performance standards. Overall, the SOW underscores both the logistical and operational frameworks essential for ensuring the successful enhancement of security measures at the installation.
Sources Sought Response Form.pdf
PDF84 KBJul 9, 2025
AI Summary
The document is a Sources Sought Response Form used by government agencies to collect information from businesses interested in participating in federal contracts. It requires companies to provide essential details, including company name, address, CAGE code, and DUNS number, and to check applicable socio-economic statuses under the specified NAICS code, such as small business or woman-owned business. Firms must also disclose their bonding capability for construction projects, indicating amounts ranging from $1 million to $50 million. There is a certification clause ensuring that applicants acknowledge the importance of completeness in their responses, which impacts the government's decision to solicit projects on a set-aside basis according to federal regulations. This form serves as a preliminary gauge of interest and qualifications, facilitating the government’s procurement processes in compliance with relevant laws and regulations by identifying capable firms for upcoming federal contracts.
UFGS 34 75 13.13.pdf
PDF1085 KBJul 24, 2025
AI Summary
The Unified Facilities Guide Specifications (UFGS) 34 75 13.13 outlines the design requirements for crash-rated active vehicle barriers (AVBs) and associated control systems for government facilities. This guide aims to standardize the engineering and procurement processes for effective vehicle control, enhancing security at Access Control Points and Entry Control Facilities (ACP/ECF). Key elements include references to applicable standards, submission requirements for project specifics, installation guidelines, maintenance protocols, and compliance with cybersecurity measures. The document emphasizes the necessity for detailed traffic control plans during both construction and maintenance phases, ensuring safe operations without compromising barrier effectiveness. It requires thorough documentation and certification processes for components to guarantee their crash resistance, including the submission of compliance letters and crash test reports. Moreover, the specifications necessitate qualified project management, installation oversight, and specialized technicians to ensure successful installation and functionality of the AVB systems. Overall, the UFGS serves as a critical resource for federal and military projects, establishing clear expectations to safeguard personnel and property through robust vehicle control mechanisms.
Site visit map.pptx
PowerPoint1624 KBJul 24, 2025
AI Summary
The document provides detailed maps and context regarding Pease Air Force Base (AFB), outlining crucial locations pertinent to contractors participating in related RFPs. It features two key maps: MAP1 illustrates the AFB's geographical relationship to local highways, aiding navigation, while MAP2 specifies essential points for contractors, including the designated Contractor gate, security, and contracting buildings. It also identifies the site visit meeting location, conveniently situated just outside the Contractor gate. The content emphasizes the importance of clear access points and security measures for contractors, ensuring compliance with federal requirements during the proposal phases. This information serves to facilitate smooth contractor operations and site visits, integral to the RFP process for projects associated with Pease AFB.
SZCQ242905 Repair Main Gate AVB Specs.docx
Word199 KBJul 24, 2025
AI Summary
The government document outlines the requirements and specifications for the project to repair active vehicle barriers at the New Hampshire Air National Guard, Pease ANGB. Key components include insurance and payment bond stipulations, a detailed scheduling framework, and invoicing protocols, emphasizing compliance with federal payment processes. The document also highlights contractor responsibilities regarding worker safety, security measures for personnel, environmental impact assessments, and waste management plans. It details necessary pre-construction activities such as submitting an accident prevention plan, materials list, and a schedule of prices within specified timeframes. Furthermore, the contractor is responsible for maintaining clear communication with the Contracting Officer and adhering to quality control processes throughout the project lifecycle. The emphasis on procedures for inspections, environmental regulations, and safety guidelines demonstrates the government's commitment to ensuring efficient and safe construction practices while safeguarding public interest and security requirements. This document serves as a comprehensive guide for contractors in navigating the obligations tied to government-funded construction projects.
W50S8A25BA008 SF 1442.pdf
PDF5796 KBJul 24, 2025
AI Summary
The document outlines a government solicitation for the replacement of active vehicle barriers at Pease Air National Guard Base in Portsmouth, NH, designated as project number W50S8A-25-B-A008. This invitation for bids (IFB) is exclusively set aside for small businesses, with the overall construction costs estimated to be between $500,000 and $1,000,000. The contract duration is set for 270 calendar days after notice to proceed. An essential pre-bid site visit is scheduled for August 5, 2025, requiring prior registration due to security measures. Bidders must adhere to specific submission requirements, including providing a bid guarantee and complying with wage determinations applicable to this project. All amendments and updates related to the solicitation will be accessible on the SAM.gov website. Ultimately, the government aims to award a firm-fixed-price contract to the most advantageous bidder considering price and related factors. This initiative reflects a commitment to enhancing security measures at governmental installations through compliance with federal procurement processes.
SZCQ242905 REPAIR AVB PLANS.pdf
PDF2944 KBAug 26, 2025
AI Summary
The document outlines plans for the repair of active vehicle barriers at the Pease Air National Guard Base's main gate in Newington, NH. It includes sheets detailing existing conditions, site plans, and specific construction and erosion control measures required for the project. The guidelines emphasize safety, compliance with regulations, and proper management of site conditions throughout the construction process.
DoD Anti-Ram Vehicle Barrier Approved List - Sep 2024.pdf
PDF1029 KBAug 26, 2025
AI Summary
The Department of Defense (DoD) Anti-Ram Vehicle Barrier List, updated quarterly, details active and passive perimeter barriers designed to mitigate potential intrusions. This September 2024 iteration supersedes all previous versions. The barriers are tested against rigorous standards like ASTM International F2656 and Department of State (DOS) SD STD-02.01, with penetration ratings based on specific measurement criteria. The list categorizes barriers by type: active bollards, active drop-arm beams, active gates, active nets, active post and beam systems, active wedges, active cables, and passive bollards. Each entry includes the barrier rating, penetration rating, model/description, manufacturer/distributor, and specific remarks such as clear opening widths, array configurations, and foundation details. The document emphasizes that inclusion on the list verifies certification to performance standards, not overall endorsement or operational suitability. Comprehensive test reports with detailed product information are crucial for inclusion, as incomplete submissions are rejected.
W50S8A-25-B-A008 Active Vehicle Barrier Replacement Site Visit Sign-in Sheet.pdf
PDF351 KBAug 26, 2025
AI Summary
The W50S8A-25-B-A008 Active Vehicle Barrier Replacement Site Visit Sign-in Sheet includes contact information of attendees, highlighting their names, companies, phone numbers, emails, and whether they are prime contractors. Notably, Jim Levesque (J. J. Murphy) and Joyce Richardson (Perimeter Security Partners) indicated they are prime contractors. Several additional sign-in entries appear blank, suggesting incomplete attendance records.
Sign in Sheet.jpg
JPEG6687 KBAug 26, 2025
AI Summary
No AI summary available for this file.
Abstract_Vehicle Barrier.pdf
PDF250 KBAug 26, 2025
AI Summary
This government file, an Abstract of Offers - Construction (Optional Form 1419 and 1419A), details the bidding process for the "Active Vehicle Barriers Replacement" project for the USPFO FOR NH at Pease ANGB, NH. The solicitation number is W50S8A25BA008, issued on August 26, 2025. The document records offers from three contractors: Perimeter Security Systems (bid of $812,001.00), Reagent World (bid of $899,226.00), and J.J. Murphy (bid of $1,136,664.00). The government's estimated cost for the project is $683,345.37. The abstract includes details such as bid security (20% for Perimeter Security Systems and J.J. Murphy; None for Reagent World) and acknowledgment of amendments by all offerors. The document is certified by Richard Trafton, Contracting Officer, confirming the receipt and recording of all offers.
SDDCTEA_Pamphlet_55-15.pdf
PDF3157 KBAug 26, 2025
AI Summary
No AI summary available for this file.
Site visit map.pptx
PowerPoint1624 KBAug 26, 2025
AI Summary
The provided government file, likely an attachment to an RFP or grant application, details the layout of Pease Air Force Base (AFB) through two maps. MAP 1 offers an overview of Pease AFB's location in relation to local highways, providing geographical context. MAP 2 specifically highlights key operational locations within the base relevant to contractors. These include the designated site visit meeting location (a parking lot outside the Contractor gate), the Contractor gate (the exclusive entry point for contractors), the Security building (BLD 257), and the Contracting building (BLD 145). The document's purpose is to guide contractors by providing clear, essential location information for site visits, access, and departmental interactions at Pease AFB.
W50S8A25BA008 SF 1442.pdf
PDF5796 KBAug 26, 2025
AI Summary
This government Invitation for Bid (IFB) W50S8A-25-B-A008, issued by W7NN USPFO ACTIVITY NHANG 157, seeks bids for the Active Vehicle Barrier Replacement project at Pease ANGB, NH. The project involves replacing active vehicle barriers in accordance with the provided Statement of Work, specifications, and drawings. This is a 100% small business set-aside, with a magnitude of construction estimated between $500,000 and $1,000,000, and a mandatory contract duration of 270 calendar days after notice to proceed. A pre-bid site visit is scheduled for August 5, 2025, and all bids are due by August 26, 2025, at 10:00 AM local time. Bidders must register for the site visit, submit questions by August 13, 2025, and ensure all required forms, including the SF 1442 and a bid bond, are properly completed and submitted. All official information and amendments will be posted on SAM.gov. The contract will be a Firm Fixed Price (FFP) award based on price and related price factors.
UFGS 34 75 13.13.pdf
PDF1085 KBAug 26, 2025
AI Summary
This Unified Facilities Guide Specification (UFGS) 34 75 13.13 outlines the comprehensive requirements for the design, installation, operation, and maintenance of crash-rated active vehicle barriers (AVB) and their control systems (AVBCS) for federal government facilities. The document details specifications for various barrier types, power units, and an extensive AVBCS, including hardware, software, and control panels. It emphasizes strict adherence to safety, quality control, and cybersecurity standards, requiring extensive documentation, certifications, and rigorous testing, including factory acceptance, contractor verification, performance verification, and endurance tests. The UFGS also specifies qualifications for project personnel, environmental conditions, site power supply considerations, and comprehensive maintenance and warranty provisions, ensuring robust and compliant vehicle security systems.
SZCQ242905 Repair Main Gate AVB Specs.docx
Word199 KBAug 26, 2025
AI Summary
The SZCQ242905 document outlines the requirements for repairing the Main Gate Active Vehicle Barriers at Pease ANGB, Newington, NH. It details insurance requirements, including minimum coverage amounts for various liabilities, and mandates submission of certificates within 14 days of contract award. The document specifies normal work hours (7:00 AM to 4:30 PM, Monday-Friday), federal holidays observed, and procedures for scheduling work outside these hours. Invoicing and payment procedures, including the use of Wide Area Workflow (WAWF) for electronic submissions, are thoroughly explained. Key requirements include providing a Schedule of Prices, adhering to communication security protocols, coordinating utility services, and submitting material approvals via AF Form 3000. Contractors must also maintain detailed work progress schedules, conduct pre-final and final inspections, and comply with strict security regulations, including background checks and AT Level 1 awareness training. The document further outlines requirements for accident prevention, waste management, environmental protection, and coordination with government activities, emphasizing adherence to all applicable federal, state, and local regulations. All necessary permits must be obtained by the contractor at no additional cost.
SOW Repair AVBs V2.docx
Word63 KBAug 26, 2025
AI Summary
This Statement of Work (SOW) outlines the requirements for replacing Active Vehicle Barriers (AVBs) at Pease Air National Guard Base, NH. The project involves removing existing inoperable AVBs and installing new K12-rated, crash-certified wedge barriers from a DoD-approved list. The contractor must provide all personnel, equipment, and materials, including specialized labor for electrical and utility work. Key aspects include a 270-calendar-day performance period, strict adherence to site-specific regulations, safety protocols, and coordination with government personnel. The contractor is responsible for site preparation, demolition, installation, and post-installation training, ensuring the new system is fully functional, compliant with all standards, and integrates with existing infrastructure and security measures. The SOW also details contractor responsibilities regarding security, quality control, and adherence to various federal and DoD regulations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 9, 2025
amendedAmendment #1· Description UpdatedAug 6, 2025
amendedAmendment #2· Description UpdatedAug 26, 2025
amendedLatest Amendment· Description UpdatedAug 26, 2025
deadlineResponse DeadlineAug 26, 2025
expiryArchive DateSep 10, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W7NN USPFO ACTIVITY NHANG 157

Point of Contact

Name
Casey Pridham

Place of Performance

New Hampshire, UNITED STATES

Official Sources