ACTIVE VEHICLE BARRIER MAINTENANCE SERVICES
ID: FA4626-24-Q-0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

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 qualified small businesses to provide Active Vehicle Barrier Maintenance Services at Malmstrom Air Force Base and the Montana Air National Guard in Great Falls, Montana. The procurement aims to establish a requirements contract for comprehensive maintenance, including preventive maintenance, inspections, and minor repairs of vehicle barriers, which are critical for ensuring operational security and safety at these military installations. This contract, valued at an anticipated ceiling of $2 million, will span five years from October 1, 2024, to September 30, 2029, with no minimum quantity guarantees; payment will be made only for services rendered. Interested contractors must submit their quotes, including a Bid Schedule and Quality Control Plan, by the specified deadlines, and can direct inquiries to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Erik Hallberg at erik.hallberg.1@us.af.mil.

    Files
    Title
    Posted
    The solicitation FA4626-24-Q-0002 from Malmstrom Air Force Base in Montana is a request for quotes (RFQ) for vehicle barrier maintenance services, specifically set aside for small businesses under the NAICS code 811310. The government does not currently have funds available but anticipates funding in the future. The contract's term is five years, from October 1, 2024, to September 30, 2029, with a total anticipated ceiling value of $2 million. Offers must include a Bid Schedule, a Past Performance Questionnaire, and a Quality Control Plan. Quotes will be evaluated on technical approach, past performance, and price, with a focus on staffing and resource management. Compliance with various federal regulations and the System for Award Management (SAM) registration is mandatory. Access to the base requires valid identification, and the contractor must maintain insurance and adhere to safety protocols. This solicitation illustrates the government's effort to ensure secure and compliant vehicle maintenance procedures while supporting small businesses in federal contracting.
    The Department of the Air Force's Headquarters 341st Missile Wing issued Amendment 0001 to RFQ ID: FA4626-24-Q-0002 concerning Vehicle Barrier Maintenance. This memorandum outlines critical updates, specifically the inclusion of a completed and signed Quality Assurance Surveillance Plan (QASP) which must be part of the solicitation. All contractors are required to acknowledge this amendment for their quotes to be considered valid. The acknowledgment can be documented within the quote submission or via a provided signature line. The amendment highlights the importance of adhering to updated quality assurance requirements to ensure compliance in the bidding process. This adjustment reflects the Air Force's commitment to maintaining high standards in its contracts and service quality.
    The memorandum from the Department of the Air Force, dated 19 August 2024, outlines Amendment 002 to the Request for Quotation (RFQ) ID: FA4626-24-Q-0002 concerning Vehicle Barrier Maintenance. The amendment extends the question submission deadline to 21 August 2024 and the solicitation period to 23 August 2024. It is essential for all contractors to acknowledge this amendment to ensure the validity of their quotes, with acknowledgment being noted within their submissions or via a provided signature. The associated attachment is labeled COMBO v3. This document reflects procedural adjustments in the solicitation process, emphasizing the importance of compliance for potential contractors in the bid for vehicle barrier maintenance services.
    The Quality Assurance Surveillance Plan (QASP) for the Vehicle Barrier Maintenance contract at Malmstrom AFB outlines the framework for monitoring contractor performance. It emphasizes the contractor's responsibility for management and quality control while stipulating that the Civil Engineer Squadron and Contracting Squadron will review the contractor's Quality Control Plan (QCP) prior to contract initiation. Key roles are defined for the Multi-Functional Team, Contracting Officer, Contract Administrator, and Contracting Officer Representative (COR), all tasked with ensuring compliance and performance evaluation throughout the contract lifecycle. Performance management relies on numerous methods including inspections, customer complaints, and a structured assessment of service outputs against specified standards. Monthly inspections and annual reviews are mandated to maintain service quality. If performance issues are identified, a structured corrective action process is in place, ensuring that deficiencies are documented and addressed promptly. The Services Summary presents the contract requirements, requiring a minimum of 95% compliance in areas such as maintenance and service response times. The plan underscores a commitment to quality improvement and the importance of proper documentation for effective contract management and oversight.
    The memorandum from the Department of the Air Force, specifically the 341st Missile Wing, addresses the classification of a Vehicle Barrier Maintenance Contract as mission essential. This determination is made in accordance with DFARS 252.237-7023, emphasizing that no military members or civil personnel are available to undertake these crucial maintenance tasks. The inability to promptly secure these services could severely disrupt defense operations, which is considered unacceptable. The commander of the 341st Civil Engineer Squadron, Lt Col Erik G. Raugas, underscores the necessity of uninterrupted vehicle barrier maintenance for operational effectiveness. For any inquiries concerning this classification, Mr. Chris Murphy is the designated contact. The memorandum stresses the importance of this contract in sustaining essential defense functions.
    The document outlines various aspects related to federal and state/local Requests for Proposals (RFPs) and grants, emphasizing the procedural guidelines for accessing government funding. It highlights the importance of adhering to strict compliance standards to secure financial support. Key components discussed include proposal submission protocols, eligibility criteria for applicants, and evaluation criteria for funding decisions. The document also emphasizes the significance of project objectives and deliverables, ensuring alignment with governmental priorities. Furthermore, it stresses the need for detailed budgets and project timelines, alongside periodic reporting requirements to track progress effectively. By establishing thorough frameworks for RFPs and grants, the document aims to facilitate transparency and accountability in the disbursement of public funds while fostering opportunities for innovation and community enhancement. These elements collectively aim to guide potential applicants in successfully navigating the funding landscape.
    The document outlines the Request for Proposal (RFP) for Vehicle Barrier Maintenance Services at Malmstrom Air Force Base (AFB) and the Montana Air National Guard, covering the period from October 1, 2024, to September 30, 2029. It details the service requirements and expected quantities for maintenance activities, including monthly maintenance, annual parts expenses, routine, and emergency service calls. The contract seeks non-personal services with contractors responsible for compliance with the Performance Work Statement (PWS). The government emphasizes that no minimum quantity guarantees are provided, and payment will only be made for actual services rendered. The structure includes two main sections for Malmstrom AFB and Great Falls, each requiring pricing per specified line items, which are categorized as separate Contract Line Item Numbers (CLINs). This approach aims to ensure quality and accountability in the performance-based acquisition of the necessary maintenance services.
    The document outlines the Performance Work Statement (PWS) for Active Vehicle Barrier Maintenance and Repair Services at Malmstrom Air Force Base and Montana Air National Guard. It mandates that the contractor provide comprehensive inspection, maintenance, and emergency repair services for vehicle barriers, including all relevant equipment and systems. Key responsibilities include bi-weekly preventive maintenance, prompt response to service calls, effective record-keeping of maintenance logs, and adherence to safety standards. A specific emphasis is placed on communication protocols, training sessions for personnel, and compliance with anti-terrorism policies. The document is systematically structured into key sections detailing the scope of work, service descriptions, government-furnished services, general information, and security requirements. Each section contains specific directives for oversight, performance evaluation, temporary service adjustments during emergencies, and environmental compliance standards. The contract stipulates required qualifications for personnel, safety measures, and the procedure for invoicing and reporting. The overall purpose is to ensure the reliable operation of security barriers, emphasizing adherence to military standards, safety precautions, and thorough documentation to facilitate efficient service delivery while complying with federal regulations.
    The memorandum from the 341st Missile Wing of the Department of the Air Force outlines access control procedures for contractors seeking entry to Air Force bases, particularly under the guidelines of AFI 31-113. It establishes the Contractor Entry Authorization List (CEAL) process and details the criteria under which access can be denied. Key reasons for denial include suspected terrorist affiliations, identity verification issues, criminal history, and any involvement with illegal activities. The memorandum specifically mentions a list of disqualifying offenses and situations that may pose a threat to base security. Additionally, it underscores that individuals with outstanding warrants, sex offenders, and violent offenders are prohibited from accessing Malmstrom Air Force Base. For inquiries regarding the vetting process, contact details for the contracting officer are provided. This document serves to maintain security and order within the military installation, reflecting the government's commitment to safeguarding sensitive areas by carefully vetting any personnel seeking access through contractor roles.
    The Past Performance Worksheet is a structured document designed for use in federal and state/local procurement processes, such as Requests for Proposals (RFPs) and grants. It comprises two main sections: Vendor’s Reference Information and Contract Information. Section A provides fields to input the vendor's name, a point of contact, and their contact details. Section B requires details about the contract, including the contract number, period of performance, contracting activity, and respective contact information. Additionally, an overall performance rating is to be recorded for each referenced contract. This format allows for standardized evaluation of vendor performance across multiple contracts, facilitating the assessment of past performance in future government contracting decisions. The document's purpose is to ensure that government entities have a clear and consistent method to evaluate the qualifications and reliability of potential vendors based on their historical contract performance, thus informing decision-making in procurement processes.
    This document outlines a solicitation (FA4626-24-Q-0002) for vehicle barrier maintenance services at Malmstrom Air Force Base (AFB), Montana, specifically intended for small businesses. There is currently no funding available; however, it anticipates future funding for a contract with a five-year ordering period from October 1, 2024, to September 30, 2029. Offerors must submit written quotes, which must conform to specific requirements detailed in attached schedules and performance work statements. The procurement intends to evaluate offers based on technical approach, past performance, and price, with a total expected ceiling value of $2 million and minimum order values specified. The submission process mandates compliance with various Federal Acquisition Regulations (FAR) and requires offerors to be registered in the System for Award Management (SAM) and possess valid identification for base access. Provisions regarding contractor access and background checks for personnel are highlighted, emphasizing the essential nature of maintaining security compliance. Overall, this solicitation reflects the government's aim to engage small enterprises in providing necessary maintenance services while adhering to standard procurement practices and security protocols.
    The document details the Vehicle Barrier Maintenance Services RFP (FA4626-24-Q-0002) conducted by the federal government, particularly addressing key questions and answers related to inspection and maintenance processes at Malmstrom Air Force Base and the Montana Air National Guard. It clarifies that each base will have a dedicated Contracting Officer Representative (COR) responsible for maintaining communication and uniformity in service requirements. Key service points include the need for an annual oil change using biodegradable oil, maintenance protocols that may require shutting down gates, and the specifics regarding emergency service calls (20 per base, not combined). Contractors must possess certain qualifications for entry to worksite areas, maintain a stock of necessary spare parts, and ensure compliance with labor regulations, including holiday pay. Disposition of used oil involves specific companies and is part of the annual expense plan. The document emphasizes clear communication between respective CORs and the contractor to ensure efficient service delivery while highlighting case-by-case evaluation of potential government delays due to force protection conditions. This RFP is significant for standardizing maintenance and service protocols while ensuring compliance with federal requirements.
    The document outlines maintenance services for vehicle barriers at Malmstrom Air Force Base and the Montana Air National Guard, as specified in RFP FA4626-24-Q-0002. It addresses several inquiries regarding the logistical aspects of service coordination. Notably, two Contracting Officer Representatives (CORs) will oversee inspections at their respective locations to ensure uniformity. Maintenance activities, including potential gate shutdowns for repairs and painting, will be carefully coordinated with security personnel. Each site will require 20 routine and emergency service calls annually. Special criteria are mandated for contractor personnel entering restricted areas, and while spare parts for repairs are not obligatory, having them on hand is recommended for convenience. Additionally, examples of Special Maintenance Projects, such as drain cleaning and snow removal, are provided to clarify expectations beyond routine maintenance. This document serves as a guideline for service providers regarding maintenance protocols and procedural requirements to ensure operational safety and efficiency at both military installations.
    The document outlines the questions and answers regarding a Request for Proposal (RFP) for vehicle barrier maintenance services, specifically FA4626-24-Q-0002. It highlights the roles of Contracting Officer Representatives (CORs) at Malmstrom Air Force Base and the Montana Air National Guard, who will coordinate inspections and maintenance tasks. Key points include the requirement for 20 routine and emergency call services for each facility, the necessity of certain spare parts for repairs, and specific annual maintenance protocols, including the replacement of biodegradable oil. The contractor must comply with equal opportunity regulations concerning employee benefits, such as holidays and vacations. It also addresses the incorporation of another North American Industry Classification System (NAICS) code for small business qualification. Finally, the document references a previous contract associated with this maintenance service, indicating continuity in service provision. Overall, the RFP seeks to ensure effective maintenance and operational readiness of vehicle barriers through structured coordination and adherence to established standards.
    The document outlines the Vehicle Barrier Maintenance Services contract (FA4626-24-Q-0002) for Malmstrom Air Force Base and the Montana Air National Guard, detailing responsibilities and coordination between the respective Contracting Officer Representatives (CORs). Key aspects include the provision of inspection reports to the CORs, the scope of maintenance that may require gate shutdowns, and a total of 20 routine and emergency service calls per year for each location. Contractors must comply with specific requirements, including maintaining certain spare parts for repairs and conducting annual oil changes with biodegradable oil. It clarifies financial responsibilities such as holiday pay for contractors and disposal costs for used oil, which is included in the annual parts expense. The document also addresses the special maintenance projects and guidance on self-certification under the NAICS code for small businesses. Additionally, it confirms the existence of a prior contract (FA462619FA074), providing context for the current solicitation. Overall, this document serves to clarify operational procedures and contractual obligations for prospective contractors engaging in vehicle barrier maintenance services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Joint Base Anacostia-Bolling Vehicle Barriers Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the maintenance of vehicle barriers at Joint Base Anacostia-Bolling (JBAB) and the Air Force Memorial. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure preventive maintenance, inspection, and minor repairs of the vehicle barrier systems, which are critical for maintaining security at military installations. This opportunity is a Total Small Business Set-Aside, with a contract duration starting from September 30, 2024, to September 29, 2025, and includes four optional extension years, potentially extending the contract to March 29, 2030. Interested parties must submit their proposals by September 13, 2024, and may contact James Carnes at james.carnes.2@us.af.mil or Pa'Shonna Rich at pashonna.rich@us.af.mil for further information.
    JKSE 242400, Repair Apron Paving
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Repair Apron Paving project (JKSE 242400) at the Montana Air National Guard in Great Falls, Montana. This project involves the construction and repair of asphalt paving, including full-depth replacements, milling, and overlaying of approximately 107,395 square feet, with an additional optional section of 27,500 square feet. The initiative is crucial for enhancing the operational readiness of aircraft within secure areas and must comply with stringent safety and environmental standards. Interested small businesses must submit their bids by September 10, 2024, and are encouraged to attend a pre-bid conference on August 20, 2024. For further inquiries, contractors can contact Talon D. Urick at talon.urick@us.af.mil or Christina L. Hutchins at christina.hutchins.1@us.af.mil. The estimated contract value ranges between $250,000 and $500,000.
    Buckley SFB Vehicle Barriers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for Vehicle Barriers Maintenance and Repair (VB M&R) Services at Buckley Space Force Base in Colorado. The procurement aims to establish a Multiple Award Contract Indefinite Delivery Indefinite Quantity (MAC IDIQ) to ensure comprehensive maintenance, inspections, and minor repairs of operational vehicle barriers across U.S. Air Force installations, emphasizing compliance with safety and environmental regulations. Interested parties are encouraged to submit capability statements and confirm their interest in performing these services, with inquiries directed to Kayla Barnett at kayla.barnett.1@spaceforce.mil or TSgt Nathaniel Kibler at nathaniel.kibler@spaceforce.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    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.
    Modular Barrier System
    Active
    Dept Of Defense
    The Department of Defense, specifically the 366th Security Forces Squadron at Mountain Home Air Force Base in Idaho, is seeking proposals for a portable Modular Barrier System to enhance security during special events. The procurement requires a crash-rated barrier system that can withstand impacts from a 7.5-ton truck at 30 MPH, featuring modular construction for adaptability, easy assembly without tools, and visibility enhancements for safety. This initiative aligns with federal antiterrorism measures and the DoD's Anti-Ram Barrier List, ensuring compliance with established security standards. Interested small businesses must submit their proposals by September 9, 2024, with further inquiries directed to Thomas E. Goolsby at thomas.goolsby.1@us.af.mil or Jaclyn Fish at jaclyn.fish@us.af.mil.
    Mechanized Gate System Maintenance
    Active
    Dept Of Defense
    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.quilessanchez.1@us.af.mil. This opportunity is set aside for small businesses, with a total small business size standard of $12.5 million.
    EADS Denial Barrier Maintenance
    Active
    Dept Of Defense
    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 over a base year plus four option 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.
    DSN/CSN Demo Dorm 631
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors for a design-build project involving the demolition of Dormitory 631 at Malmstrom Air Force Base in Montana. The project encompasses the complete demolition of the building, including its foundations, utilities, grading, and landscaping, with an estimated contract value ranging from $1 million to $5 million. This initiative is part of the Air Force's strategy to engage small businesses, particularly those qualifying as 8(a), HUBZone, Woman Owned Small Business, and Service-Disabled Veteran Owned Business, to ensure compliance with federal contracting regulations. Interested parties must submit their responses by 2:00 pm Mountain Time on September 26, 2024, to the primary contact, Cody Babinecz, at cody.babinecz@us.af.mil.
    Combined Synopsis Solicitation Star Barriers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of STAR barriers to enhance security at Joint Base San Antonio (JBSA) installations. The requirement includes supplying 21 sets of STAR barriers for the 502nd Security Forces Squadron at Fort Sam Houston and 23 sets for the 802nd Security Forces Squadron at Lackland AFB, with each barrier designed to deter vehicle threats through a two-piece unit equipped with steel spikes. This procurement is critical for bolstering base defense and aligns with the JBSA Base Defense Plan, with quotes due by September 13, 2024, and evaluations based on a Lowest Price Technically Acceptable (LPTA) approach. Interested vendors should direct inquiries to Charles House at charles.house.3@us.af.mil or Brian Cooper at brian.cooper.18@us.af.mil for further details.
    DROP ARM BARRIER WITH INSTALLATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide and install an RSS-3000 Electric Drop Arm Vehicle Barrier at Volk Field Air National Guard Base in Camp Douglas, Wisconsin. This procurement aims to enhance security at the facility's main gate by ensuring the barrier is compatible with existing systems, thereby maintaining standardization and improving overall security capabilities. The project requires the contractor to supply all necessary materials, labor, and equipment for the installation, with a final deadline for completion set for December 1, 2024. Interested vendors must submit their quotes by September 12, 2024, and direct any inquiries to the contracting office via email at WI.CRTC.VF.Contracting@us.af.mil.