Joint Base Anacostia-Bolling Vehicle Barriers Maintenance
ID: FA7060-24-R-CE05Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7060 11TH CONTRACTING SQ PKWASHINGTON, DC, 20032-2110, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

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, through the Department of the Air Force, is soliciting proposals for the maintenance and repair of vehicle barrier systems at Joint Base Anacostia-Bolling (JBAB) and the Air Force Memorial (AFM). The contractor will be responsible for providing all necessary personnel, labor, equipment, and materials to ensure the operational efficiency and safety of the vehicle barriers, which are critical for securing military installations. This opportunity is a Total Small Business Set-Aside, with a Firm Fixed Price contract expected to span five years, starting from September 30, 2024, and includes a base period and four optional extensions. Proposals are due by September 13, 2024, and interested parties can attend a site visit on September 5, 2024. For further inquiries, contact James Carnes at james.carnes.2@us.af.mil or Pa'Shonna Rich at pashonna.rich@us.af.mil.

    Files
    Title
    Posted
    The document FA8003-18-R-0001 details the pricing matrix for maintenance and repair of vehicle barriers at various gates, specifically focusing on the Arnold and South Gates, as well as the Air Force Memorial. It provides a comprehensive list of active vehicle barrier/support equipment categorized by type, including inbound and outbound wedges and controls. Equipment models include Delta Scientific DSC 501 and Nasatka Security NMSB XI, with specified quantities for bollards at the Air Force Memorial, highlighting the need for both hydraulic and manual variants (DSC720 and DSC720M). The main objective of this file is to facilitate the procurement process for vehicle barrier maintenance, emphasizing specific models and quantities required for operational efficiency at military installations. This aligns with government RFP practices, aiming to secure vendors capable of delivering the specified services and ensuring the protection and functionality of critical infrastructure. The document serves as an essential resource for potential bidders to understand the requirements and expectations of the government for effective project execution.
    The Performance Work Statement (PWS) outlines the requirements for Vehicle Barriers Maintenance and Repair (VB M&R) services at Joint Base Anacostia-Bolling (JBAB) and Air Force Memorial (AFM). The contract mandates preventive maintenance, inspections, and minor repairs of vehicle barrier systems, ensuring compliance with military standards and federal regulations. The contractor must provide necessary personnel, materials, and coordination to maintain operational efficiency while minimizing downtime. Key tasks include initial servicing within thirty days of contract award, quarterly inspections, maintaining barrier cleanliness, and providing a 24/7 customer hotline. The contractor is responsible for documenting maintenance and repair activities in a comprehensive log. Safety and environmental compliance are paramount, with clear protocols for hazardous materials management. Regular reporting and meetings with contracting officers are necessary to monitor progress and address issues. The document emphasizes quality control and performance metrics, ensuring that barriers are operational 90% of the time. This contract demonstrates the government's commitment to maintaining secure installations through efficient management of vehicle barrier systems while adhering to regulatory requirements and providing high-quality service delivery.
    The Performance Work Statement (PWS) outlines the Vehicle Barriers Maintenance and Repair (VB M&R) Services Contract for Joint Base Anacostia-Bolling and Air Force Memorial. Its main goal is to ensure preventive maintenance, inspection, and minor repairs of active vehicle barriers at Air Force installations. The contractor is responsible for providing personnel and equipment, adhering to military standards and safety regulations, and maintaining operational efficiency of barrier systems that include various components such as control systems and detection devices. Key services encompass conducting preventative maintenance quarterly, providing annual training, and managing a 24/7 customer service hotline for emergency repairs. The contractor must document maintenance and repairs in a log and submit periodic reports. Performance metrics include maintaining a 90% operational rate for barriers, timely service call responses, and adherence to quality control standards. The PWS emphasizes the importance of safety protocols during operations, compliance with environmental regulations, and the necessity of a strong quality assurance framework. It also specifies that additional in-scope work may be necessary and requires proper authorization before proceeding. The document serves as a framework for the contractor to deliver maintenance services that ensure the security and functionality of vehicle barrier systems across relevant Air Force facilities.
    The document outlines a Pricing Worksheet for vehicle barriers maintenance governed by a Firm Fixed Price (FFP) contract. The contract spans five years, commencing on September 30, 2024, with a base period and four option years. Key areas of service include quarterly preventive maintenance (PM) and minor repairs for both the Joint Base Anacostia-Bolling (JBAB) and the Air Force Memorial (AFM), along with emergency and routine service calls. Each service line item (CLIN) includes specific responsibilities for scheduled tasks, emergency responses, and necessary materials with a "Not to Exceed" (NTE) pricing model for minor repairs and materials. Detailed pricing for various services is specified for each contract period, although total costs are not provided. The worksheet serves as a financial framework for the maintenance services, ensuring clarity in service requirements and fiscal accountability while facilitating federal procurement procedures. Overall, this document forms a critical part of government contracting processes, ensuring that maintenance requirements for vehicle barriers are met in a structured and accountable manner.
    The document outlines a Request for Proposal (RFP) concerning the maintenance of vehicle barriers, structured as a Firm Fixed Price contract. The contract spans five years: a base period from September 30, 2024, to September 29, 2025, followed by four option years extending through September 29, 2029. Each year includes a variety of Contract Line Item Numbers (CLINs) for routine maintenance and repair services at two locations designated as JBAB and AFM. These CLINs cover quarterly preventive maintenance, minor repairs, emergency services, and additional in-scope work, along with corresponding materials not to exceed (NTE) specified costs. The pricing worksheet requires contractors to submit unit prices and total prices for each service component, with a summary of total costs provided per year. This document is essential for soliciting bids from contractors to fulfill ongoing vehicle barrier maintenance requirements while ensuring compliance with federal guidelines and budgeting constraints. It represents a structured approach to maintenance services aimed at maximizing operational efficiency and ensuring safety standards.
    The Department of the Air Force has issued a Request for Proposal (RFP) for maintenance services at Joint Base Anacostia-Bolling (JBAB) in Washington, D.C., focusing on security systems. This requirement is designated as a 100% Small Business Set-Aside, with the intent to award a Firm-Fixed Price contract under NAICS code 561621. The proposals are due by 13 September 2024 and interested parties may attend a site visit on 05 September 2024. The contract's performance period spans from 30 September 2024 to 29 September 2025, with four optional extensions, potentially extending the total contract term to 29 March 2030. Proposals must demonstrate past performance on similar contracts and include detailed pricing. The evaluation will emphasize technical capability and offer fair pricing in line with market standards. The document also outlines various contract clauses and compliance requirements, including those related to health and safety, contractor access, and secure communication protocols. Submission of incomplete proposals may result in rejection. All communications should be directed through designated points of contact, with specifics on proposal format and requirements clearly stated.
    The Department of the Air Force is soliciting proposals for maintenance services at Joint Base Anacostia-Bolling (JBAB) in Washington, D.C., under a Request for Proposal (RFP), referenced as FA7060-24-R-CE05. This contract is aimed exclusively at small businesses, adhering to a Firm-Fixed Price structure with a budget cap of $12.5 million. The period of performance is set from September 30, 2024, to September 29, 2025, with options to extend up to March 29, 2030. A pre-proposal site visit is scheduled for September 4, 2024, and all inquiries must be directed to the specified Points of Contact by September 6. Proposals are due by September 13, 2024. The solicitation includes requirements for technical capability, past performance, and pricing, with strict guidelines regarding the format and content of submissions. Offerors must demonstrate relevant experience and conformance to detailed government standards, emphasizing safety and classification protocols. The document also outlines conditions regarding security clearances, invoicing procedures, and environmental standards, highlighting the Air Force's focus on compliance and efficient contracting processes.
    The document addresses inquiries related to the government solicitation FA7060-24-R-CE05, concerning maintenance, inspection, and repair services for barrier systems. It confirms that the current incumbent contractor is Perimeter Security Partners, providing background on existing contracts. Key points include the operational conditions for scheduled maintenance, reimbursement policies for parts used during service calls, and updates on pricing structures, clarifying that certain costs should not be priced competitively. The document also addresses the requirement for technicians during preventive maintenance, emphasizing safety protocols. Overall, the communication highlights important procedural details and clarifications necessary for potential contractors to provide compliant proposals, reflecting the government's needs and expectations within the context of federal contracting practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron, is soliciting bids for a 35 Ton Wrecker with an integrated recovery boom and underlift, intended for delivery to Joint Base Anacostia-Bolling in Washington, D.C. The procurement aims to enhance the operational capabilities of the Air Force by acquiring a vehicle that meets specific technical requirements, including a minimum engine performance of 500 hp and compliance with U.S. emissions standards. This opportunity is particularly significant as it supports small businesses, with a total small business set-aside, and emphasizes the importance of competitive pricing and technical specifications in the selection process. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no awards will be made until funds are available.
    63--Vehicle Barrier System
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection's Border Enforcement Contracting Division, is seeking qualified small businesses to provide a Vehicle Barrier System through a combined synopsis/solicitation process. This procurement aims to acquire commercial items that meet or exceed specified requirements, as detailed in the Statement of Work, to enhance border security operations. The selected vendor will participate in an online competitive reverse auction to submit pricing bids, with the solicitation closing on September 18, 2024, at 3:30 PM Eastern Time. Interested sellers must register on the Unison Marketplace and can direct inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    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.
    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.
    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 the safety and efficiency of vehicle inspections 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 relevant company information and project experience, by October 9, 2024, as the anticipated solicitation is expected to be issued in April 2025.
    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.
    MDG Building 383 Ambulance Bay Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of an Ambulance Bay Enclosure at Building 383, Laughlin Air Force Base in Texas. The project entails providing all necessary labor, materials, and supervision to enclose the ambulance bay, adhering to specified architectural plans and federal guidelines, with a total performance period of 75 calendar days divided into two phases. This construction is critical for enhancing emergency medical response capabilities at the base, ensuring compliance with safety and operational standards. Interested small businesses must submit their proposals by September 17, 2024, and can contact Joshua Centilli at joshua.centilli@us.af.mil or Rebecca Pelayo Ruelas at rebecca.pelayoruelas@us.af.mil for further details.
    Maintain and Repair Pavements
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a contract to maintain and repair pavements at the San Diego Air National Guard Station. The contractor will be responsible for providing all necessary resources, including labor, materials, equipment, and supervision, to complete the work in accordance with the provided specifications and Statement of Work (SOW). This procurement is crucial for ensuring the safety and functionality of the air station's infrastructure, which supports military operations. Interested small businesses should note that this opportunity is a Total Small Business Set-Aside, and they can contact Carmen Ridener at carmen.ridener@us.af.mil or 210-671-3246 for further details. The contract award will be contingent upon the availability of appropriated funds, with an amendment issued on September 13, 2024, updating wage rate requirements and providing additional information from a pre-bid conference.
    RR465 MRSG Motor Pool Fence
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the construction of a motor pool fence at Camp Lejeune, North Carolina, under Solicitation No. N40085-24-R-2855. The project involves the installation of approximately 400 linear feet of galvanized steel chain link fence with barbed wire and "Y" outriggers, aimed at enhancing security for the Marine Raider Support Group while ensuring minimal disruption to ongoing operations. This initiative is critical for compliance with military security standards and is estimated to cost between $25,000 and $100,000, with a completion timeline of 180 days post-award. Interested small businesses must submit their proposals by September 17, 2024, and are encouraged to contact Angela Little at angela.f.little2.civ@us.navy.mil for further details.