Mechanized Gate System Maintenance
ID: FA860124R0036Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

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 seeking proposals for maintenance services for mechanized swing and sliding gate systems at Wright-Patterson Air Force Base in Ohio. The procurement aims to ensure the operational readiness of these gate systems through semi-annual preventive maintenance, emergency repairs, and routine services, with a focus on adhering to manufacturer recommendations and industry standards. The contract is expected to be a firm-fixed-price arrangement, with an estimated value of approximately $37,000, and proposals must be submitted electronically by 1:00 PM Eastern on September 9, 2024, to Alejandro Quiles at alejandro.quiles_sanchez.1@us.af.mil. This opportunity is set aside for small businesses, with a total small business size standard of $12.5 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The Addendum to the solicitation outlines the requirements for maintaining gate systems on a government installation. Offerors are required to submit detailed proposals demonstrating their technical capability and experience. The evaluation criteria focus on quality control plans, maintenance inspection approaches, personnel availability, and prior experience. The addendum emphasizes the need for clear and detailed offers, with specific instructions on offer format and organization into two volumes: a technical capability proposal and a price proposal. The technical proposal must address mission capability requirements, with a emphasis on demonstrating understanding and elaborating on the methods to fulfill the Work Performance Statement (PWS). The price proposal includes pricing details and relevant certifications. The government stresses the importance of compliance with solicitation requirements and provides a bid sheet and amendment forms. Notably, funds are not yet available for the project, which may impact the timing of any potential award.
    The procurement seeks a contractor to perform maintenance and repairs on gate systems at military facilities. The goal is to ensure reliable and safe operations. The RFP outlines four key evaluation factors: quality control, preventive maintenance inspections, personnel availability, and prior experience. The focus is on conforming to detailed standards and providing an effective maintenance plan. The technical factor is weighted equally with price in the evaluation. Contracts will be awarded based on technical acceptability and lowest total cost. The RFP also emphasizes environmental considerations and requires submissions to include relevant certifications and contract details demonstrating prior experience. Offers will be evaluated using FAR 15.3, with awards made to acceptable proposals at the lowest price. Key dates and contract values are not provided in the supplied information.
    The Performance Work Statement (PWS) outlines the requirements for inspecting, maintaining, and repairing mechanized swing and sliding gate systems at Wright-Patterson AFB. The primary objective is to ensure these gate systems are operational around the clock. The contractor will be responsible for semi-annual preventive maintenance, emergency, and routine repairs, adhering to manufacturer recommendations and industry standards. Technicians with expertise in gate systems will be deployed for this purpose. The PWS specifies the exacting standards for preventive maintenance inspections, including the development of a detailed plan, with emergency and routine service calls requiring swift response times. The contractor must submit detailed reports and maintain records of all services, using quality control procedures that meet commercial standards. Additionally, the contractor will comply with base closures, security protocols, and operational OPSEC procedures. The scope of work involves semi-annual inspections and maintenance of 36 gate systems, requiring the contractor to provide all necessary resources and materials. This includes the replacement of minor repair parts up to a certain value, with major parts requiring prior approval. Emergency and routine repairs are also part of the scope, with response times defined for each scenario. The contract is expected to be a firm-fixed-price arrangement, with an estimated value of around $37,000 based on the provided workload data. Key dates include a 10-day window for the contractor to submit plans for preventive maintenance and quality control after winning the bid, with the actual maintenance and repair work to be completed within specified timelines. The evaluation of proposals will prioritize technical merit, including the ability to meet performance objectives and submit timely reports. Price will also be a consideration in the evaluation process.
    The procurement objective of this RFP is to secure labor services in various occupations under the Service Contract Act. The Act requires contractors to adhere to specified minimum wage rates and fringe benefits for workers engaged in service contracts with the federal government. The wage determination applies specifically to Ohio's Greene, Miami, and Montgomery counties. The document outlines an extensive list of occupations and their respective wage rates, encompassing various fields such as administrative support, automotive services, food preparation, health occupations, information technology, and many more. The rates differ based on the skill level required for each occupation, with footnoted explanations regarding wage exceptions and special provisions. Contractors must provide employees with paid sick leave, paid holidays, and paid vacation according to the outlined conditions. The RFP also incorporates requirements for uniform allowances, hazardous pay differentials, and night and Sunday premiums for certain roles. To ensure compliance, the RFP mandates that contractors classify employees' positions correctly and conform to the required wage rates and benefits outlined in the determination. The process involves collaboration between the contractor, agency, and the U.S. Department of Labor's Wage and Hour Division. The RFP sets no firm contract details or timelines but instead serves as a comprehensive guide to ensure that contractors adhere to the Service Contract Act's mandates. Compliance and prompt payment of the determined wages and benefits are emphasized, with consequences mentioned for violations.
    According to the provided file, the procurement objective revolves around the need for maintenance and support services for an unspecified system or platform. The focus is on obtaining regular and after-hours labor, along with corresponding parts and materials, for two semi-annual preventative maintenance (PM) periods. Each option represents a different quantity structure, with Option 1 and Option 2 offering slight increases in parts and material quantities over the base requirement. The labor components remain consistent across all options. This information indicates that the agency seeks a flexible arrangement, allowing them to adapt the scope of maintenance services based on their needs. The file provides a breakdown of the required quantities for each clinical element, with the base requirement seeking 74 semi-annual PMs, 11,673 parts and materials, and 360 regular and after-hours labor hours. The specifications seem to indicate a comprehensive approach, covering diverse aspects of maintenance. The scope of work for the successful vendor will likely involve conducting these PMs, utilizing the supplied parts and materials, and providing the necessary labor to ensure the system's optimal performance. Additional details on the contract type and value are absent from the provided information. However, the file does offer insight into the evaluation criteria, which appears to prioritize the quality and effectiveness of the maintenance services. The agency will seemingly place considerable emphasis on the technical merit and past performance of potential vendors. Price, while a consideration, is not the primary driver in the evaluation process. Key dates and timelines are not explicitly mentioned within the provided file, indicating that the agency may be open to negotiating these aspects with the successful vendor. Overall, the procurement appears to be centered around a comprehensive maintenance solution, with flexibility and quality being key priorities. The agency seeks a capable partner to ensure the reliability of its systems through regular PMs, utilizing both labor and materials.
    The primary objective of this procurement is to obtain maintenance services for mechanized gate systems at Wright Patterson AFB, Ohio. The contract, valued at up to $12,500,000, seeks a vendor to provide semi-annual preventative maintenance, emergency repairs, and routine services for these gate systems. The scope entails supplying labor, tools, materials, and equipment for on-site maintenance and repair, with a focus on ensuring the gates' proper functionality. The contract is divided into several line items, including firm-fixed-priced options for each year of the three-year performance period. The items cover preventative maintenance visits, parts and materials, regular labor hours, and after-hours labor. The evaluation of proposals will prioritize past performance, with technical merit and price as secondary factors. Offerors must submit their quotes by 1:00 PM on September 9, 2024, for consideration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WPAFB Gate Cameras
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force at Wright Patterson Air Force Base (WPAFB), is seeking qualified contractors for the WPAFB Gate Cameras project, which aims to enhance security at entry control facilities through the installation of advanced surveillance systems. The project requires the design, acquisition, installation, integration, testing, and delivery of a compliant alarm and assessment system, including a Video Storage System (VSS) that captures pre- and post-alarm video footage to aid in incident analysis. This initiative is critical for improving access security for personnel and vehicles while ensuring compliance with Defense Department guidelines and enhancing operational efficiency. Interested parties must submit their proposals by September 18, 2024, and can direct inquiries to primary contact Chaston Waller at chaston.waller@us.af.mil or secondary contact Ljuan Benbow at ljuan.benbow.1@us.af.mil.
    BBEC Iron Gate Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the BBEC Iron Gate Replacement project at Keesler Air Force Base in Biloxi, Mississippi. The project involves the installation of a new steel loading dock gate and an aluminum ramp gate, designed to withstand various weather conditions, with specific dimensions and operational requirements outlined in the solicitation documents. This procurement is crucial for maintaining facility operations and safety standards, with an estimated construction budget between $25,000 and $100,000, and is set aside exclusively for small businesses. Interested contractors must attend a mandatory site visit on September 2, 2024, and submit their proposals by the specified deadlines, with further inquiries directed to SrA Andrew Evitts at andrew.evitts.1@us.af.mil or Tiffany Aultman at tiffany.aultman@us.af.mil.
    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.
    179 CW Door Core and Hardware Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the "179 CW Door Core and Hardware Replacement" project at the Mansfield Air National Guard Base in Ohio. The procurement involves upgrading the existing door hardware and keying system from a six-pin to a seven-pin system, ensuring compatibility with the current BEST Access system CORMAX equipment. This initiative is crucial for enhancing security and operational efficiency across multiple buildings on the base. Interested small businesses must submit their proposals by 1:00 P.M. EST on September 19, 2024, to the primary contact, MSgt Jeffrey Snyder, via email at jeffrey.snyder.20@us.af.mil, with a focus on meeting a 90-day installation timeline post-award.
    Elevator Preventative Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Elevator Preventative Maintenance services at Scott Air Force Base in Illinois. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, parts, and labor to maintain, repair, and inspect the Vertical Transportation Equipment (VTE) at Scott Inn, ensuring continuous and safe operation. This contract is crucial for maintaining the functionality and safety of elevator systems, which are vital for daily operations at the facility. Interested small businesses must submit their quotations by September 17, 2024, and can direct inquiries to Contract Specialist Tymera Washington at tymera.washington@us.af.mil or by phone at 618-256-4475.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as integrating monitoring systems with the base's Energy Management Control System (EMCS). This project is critical for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.
    Wright Patterson Air Force Base (WPAFB) HVAC, AHUs and Chillers B271
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the repair of HVAC systems, specifically air handling units (AHUs) and chillers, at Wright-Patterson Air Force Base (WPAFB) in Ohio. The project involves the replacement of AHUs 1, 2, 4, and 5, along with the relocation of exterior chillers, and is classified as a Design-Bid-Build effort with an estimated construction cost between $5 million and $10 million. This procurement is crucial for maintaining operational efficiency and compliance with safety and environmental standards, particularly concerning the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals electronically by September 17, 2024, at 1:00 PM EST, and can direct inquiries to Brandon Gatz at brandon.h.gatz@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.
    Giant Voice Repair and Maintenance Mass Notification System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and maintenance of the Giant Voice Mass Notification System at Goodfellow Air Force Base in Texas. The contract requires the selected contractor to perform immediate repairs and semi-annual maintenance services to ensure the system operates at full capacity, with a total estimated award amount of $34 million over a base year and four option years. This system is crucial for reliable communication in military operations, emphasizing the importance of maintaining operational readiness. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to contact the contracting officer, Matthew Loffredo, at matthew.loffredo@us.af.mil for further details.
    HI ANG Mega Door Repair B3428
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair of the Megadoor systems at Building 3428 located at the Hawaii Air National Guard campus in JBPHH, Hawaii. The contractor will be responsible for providing all necessary personnel, equipment, and quality control to perform repairs, which include replacing rusted mullion chains, upgrading man door switches, and replacing control panel stop buttons and a phase monitor. This project is crucial for maintaining operational functionality of the facility's infrastructure and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost ranging from $100,000 to $250,000. Interested contractors must submit proposals by September 20, 2024, following a pre-proposal conference on September 11, 2024, and can contact Clesson Paet at clesson.k.paet.civ@army.mil for further information.
    57 MXG External Aircraft Fuel Tank Storage System (EAFTSS) Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the maintenance and repair of the External Aircraft Fuel Tank Storage System (EAFTSS) at Nellis Air Force Base, Nevada. The contract requires comprehensive preventative maintenance and emergency repairs for a system capable of storing up to 300 external fuel tanks, ensuring its safe operation year-round. This procurement is critical for maintaining the operational integrity and safety of the EAFTSS, which is essential for military aircraft operations. Interested small businesses must submit their proposals by September 17, 2024, and can contact Jessica Lavender or Rachel Tilley for further information regarding the solicitation number F3G3AA4162AQ01.