Repair HICS Gates
ID: FA4626-25-R-0005Type: Sources Sought
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Hardened Intersite Communication System (HICS) gates at Malmstrom Air Force Base in Montana. The project involves the complete removal, replacement, and installation of gates, with strict adherence to safety regulations, waste disposal protocols, and communication with local landowners. This initiative is crucial for maintaining the integrity of critical infrastructure within the 341st Missile Complex, with a maximum contract value anticipated at $5 million over a potential five-year term. Interested 8(a) Small Businesses must submit their capabilities and relevant experience by February 15, 2025, and can direct inquiries to Dennis D. DeForest at dennis.deforest.2@us.af.mil or Nadia M. Bowen at nadia.bowen@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the technical specifications for a project focused on repairing gates at Malmstrom Air Force Base, specifically under RFP FA4626-25-R-0004. The contractor is tasked with complete gate removal, replacement, and installation, ensuring compliance with established specifications and safety regulations. Key responsibilities include handling and disposal of waste, adhering to fire and safety codes, and ensuring site security through contractor training. The Contractor must liaise with local landowners, submit necessary reports, and maintain strict communication regarding schedule changes. The project involves extensive preparation, including the treatment of materials and careful execution of construction activities to avoid damaging existing utilities. Additionally, comprehensive protocols must be followed concerning waste disposal and use of recycled products, as stipulated by federal guidelines. This framework serves not only to enhance the physical integrity of the infrastructure but also aligns with regulatory compliance, environmental stewardship, and community safety standards.
    The document pertains to the federal Request for Proposal (RFP) FA4626-25-R-0004 focused on the repair of HICS (High-Impact Control Systems) gates associated with the NZAS (National Zero Airframe Systems). It includes a structured schedule of drawings, consisting of two key components: the cover sheet with a location map and sheet index, and detailed specifications for the gate repairs. The first drawing provides essential project navigation information, while the second outlines the technical design and specifications required to carry out the repairs. This document serves as a preliminary guide for interested contractors by delineating specific requirements and visual references necessary for the proposal process. Its focus on repair underscores the government's commitment to maintaining critical infrastructure. Overall, this RFP is structured to facilitate prospective bidders in understanding the project scope and submission requirements efficiently.
    The 341st Contracting Squadron is seeking contractors for the Repair of the Hardened Intersite Communication System (HICS) Gates. The project involves removing, replacing, and repairing livestock gates within the 341st Missile Complex, scoped within a 160-mile radius of Great Falls, MT. Tasks include cutting fences, installing new gates, and adhering to safety procedures during excavation, particularly near buried utilities. The government prefers potential "Prime" contractors, especially 8(a) Small Businesses, and requires them to be registered in the System for Award Management (SAM). A maximum contract value of $5,000,000 is anticipated over a potential five-year term. Interested parties must provide information about their business size, capabilities, and relevant experience, particularly in handling similar contracts. Submissions are due by February 15, 2025, and interested companies should contact designated representatives for queries. This sources sought notice reflects the government's commitment to engaging small businesses and ensuring compliance with licensing and certification requirements in Montana.
    Lifecycle
    Title
    Type
    Repair HICS Gates
    Currently viewing
    Sources Sought
    Similar Opportunities
    Repair Drainage and Outfalls
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is issuing a Request for Proposal (RFP) for the Repair Drainage and Outfalls project at Malmstrom Air Force Base in Montana. This firm fixed-price contract aims to replace and repair storm drainage facilities, requiring contractors to supply all necessary personnel, equipment, and materials to fulfill the project specifications. The initiative is crucial for maintaining infrastructure integrity and environmental compliance, with an estimated contract value between $1 million and $5 million, set aside for total small businesses. The RFP is expected to be released on or after March 10, 2025, with a closing date around April 11, 2025, and a performance period of 180 days following the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    LF Sump Pump Discharge Lines
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and replacement of sump pump discharge lines at Malmstrom Air Force Base in Montana. The project, identified by solicitation number FA4626-25-R-0002, involves excavation, re-routing, and replacement of discharge lines for sumps SP102 and SP103, with a performance timeline of 180 calendar days following the notice to proceed. This initiative is crucial for maintaining military infrastructure and ensuring operational efficiency, with an estimated project cost ranging from $500,000 to $1,000,000. Interested contractors, particularly small businesses, must submit their proposals, including past performance references, by April 3, 2025, at 2:00 p.m. MDT, and can contact SrA Tamia Cash at tamia.cash@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    Grandview Gate, Mountain Home Air Force Base (MHAFB)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified small businesses for the construction of the Grandview Gate Entry Control Facility at Mountain Home Air Force Base in Idaho. This project involves a firm fixed-price, design-bid-build contract with an estimated construction cost ranging from $5,000,000 to $10,000,000, and includes the construction of a gatehouse, ID check canopy, guard booth, and enhancements to the visitor control center, along with necessary infrastructure such as pavements, lighting, and security systems. The initiative aims to identify capable contractors, particularly those designated as 8(a), Woman-Owned, Economically Disadvantaged Woman-Owned, Service-Disabled Veteran-Owned, and HUBZone, to ensure a diverse pool of bidders. Interested firms must submit a capabilities package by March 7, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Linda O'Brien at linda.s.obrien@usace.army.mil or Alysha MacDonald at alysha.a.macdonald2@usace.army.mil.
    MAF Lagoon Electrical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the MAF Lagoon Electrical project at Malmstrom Air Force Base (AFB) in Montana. The objective of this procurement is to provide 208V 3 Phase Power to the Missile Alert Field Lagoons, with the contract being a firm fixed price arrangement. This project is crucial for ensuring the operational readiness and functionality of the electrical systems at the base. Interested contractors, particularly small businesses, should note that the solicitation number is FA4626-25-R-0006, with proposals expected to be available by March 10, 2025, and a closing date around April 11, 2025. The estimated contract value ranges from $250,000 to $500,000, and contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, interested parties can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.
    Boiler Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for boiler inspections at Malmstrom Air Force Base in Montana. The contract, designated as a Total Small Business Set-Aside, requires the contractor to perform bi-annual inspections of boilers and unfired pressure vessels, ensuring compliance with safety regulations and operational protocols, including OSHA standards. This procurement is critical for maintaining the safety and operational efficiency of the base's heating systems, with a total award amount of $11,500,000 and a performance period from March 17, 2025, to August 31, 2025. Interested vendors can contact SrA Robert Gottschalk at robert.gottschalk@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil for further details.
    ICBM MMIII Flight Control Replacement Program
    Buyer not available
    The Department of Defense, through the Air Force's Minuteman III Systems Program Office at Hill Air Force Base, is conducting a Sources Sought notice to identify qualified firms for the ICBM MMIII Flight Control Replacement Program. This initiative aims to develop a drop-in replacement for the flight control units of the Minuteman missile stages, which includes thrust vectoring and roll control, while adhering to the performance and reliability standards of the weapon system. The project is critical for upgrading a key defense system, and interested parties are required to submit a narrative detailing their capabilities, past project summaries, proposed execution approaches, and preliminary budget estimates by March 3, 2025. For further inquiries, interested firms can contact Michelle Love at michelle.love.1@us.af.mil or Joseph Merriam at joseph.merriam@us.af.mil.
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This procurement aims to gather industry insights and capabilities related to the construction of specialized facilities, particularly those involving nuclear safety structures and compliance with stringent safety standards, including High-Altitude Electromagnetic Pulse (HEMP) requirements. The opportunity emphasizes the importance of innovative solutions and effective project management in the construction of critical defense infrastructure. Interested parties should submit their capability statements, detailing relevant experience and qualifications, to the primary contact, Jeremy Grimley, at jeremy.grimley.1@us.af.mil, or the secondary contact, Peggy Japngie Lizotte, at peggy.japngielizotte.1@us.af.mil, as part of the sources sought notice.
    Vehicle Barrier Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Luke Air Force Base in Arizona. The contract, valued at approximately $34 million, encompasses preventive maintenance, routine and emergency service calls, and necessary repairs for vehicle barrier systems, ensuring their operational integrity and compliance with safety regulations. This procurement is critical for maintaining security infrastructure at military installations, reflecting the importance of effective barrier management in national defense operations. Interested small businesses are encouraged to reach out to Sabastian Halstead at sabastian.halstead@us.af.mil or Jacqueline Aranda at jacqueline.aranda.1@us.af.mil for further details, with the contract performance period set from April 1, 2025, to March 31, 2030.
    Potable Water Backflow Prevention Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to conduct a Potable Water Backflow Prevention Survey at Malmstrom Air Force Base in Montana. The primary objective of this procurement is to assess compliance with Air Force regulations regarding cross-connection controls and backflow prevention, which are critical for maintaining water safety and preventing contamination. This survey will cover all water-using facilities on the main base and 15 remote Missile Alert Facilities, with a requirement to produce a comprehensive report detailing findings and recommendations for improvements. Interested parties, particularly small businesses, must submit their proposals by 8 AM Mountain Time on March 7, 2025, and can direct inquiries to Jennifer Lodmell at jennifer.lodmell.1@us.af.mil or Ricardo Dominguez at ricardo.dominguez@us.af.mil.
    Multiple Award Construction Contract V - Hill AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the Multiple Award Construction Contract V (MACC V) at Hill Air Force Base in Utah. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for a variety of construction services, including design, alteration, and repair of facilities, with a maximum value of $500 million. The project is significant for enhancing military installations and includes specialized requirements such as fire suppression and sustainable building practices. Interested small businesses, particularly those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, must submit a capabilities package by March 3, 2025, with an industry day scheduled for March 12, 2025. For further inquiries, contact Rick Thomas at richard.thomas.52@us.af.mil or Greg Cypers at Gregory.cypers@us.af.mil.