Barksdale AFB, LA Vehicle Barrier Maintenance
ID: FA460825R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4608 2 CONS LGCBARKSDALE AFB, LA, 71110-2438, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 6:00 PM UTC
Description

The Department of Defense, through the U.S. Air Force, is seeking qualified small businesses to provide maintenance and repair services for vehicle barriers at Barksdale Air Force Base in Louisiana. The primary objective of this procurement is to ensure the operational integrity and safety of vehicle barrier systems through preventive maintenance, inspections, and minor repairs, with a target operational rate of 96% for all systems. This contract is crucial for maintaining security infrastructure at Air Force installations, emphasizing compliance with federal regulations and safety standards. Interested contractors should note that proposals are due electronically by February 10, 2025, and can contact Quaya Ervin at ruquayyah.ervin@us.af.mil or Sheronda Stewart at sheronda.stewart.1@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Feb 24, 2025, 6:06 PM UTC
This memorandum serves as Amendment 01 for Request for Quote (RFQ) FA460825Q0002 regarding Vehicle Barrier Maintenance at Barksdale Air Force Base, Louisiana. The amendment encompasses several updates, including a Q&A section addressing contractor inquiries, an attachment regarding provisions and clauses, and an extension of the RFQ submission deadline to February 10, 2025. Key details include the identification of three existing vehicle barriers, all of which are GRAB-300 models located at various gates, and confirmation of maintenance requirements along with operational specifications. Contractors are reminded of the importance of reviewing the entire Performance Work Statement and associated attachments to meet compliance standards. No significant changes to equipment are planned, and contractors are required to be certified by the barrier manufacturer. Questions regarding specific contract elements and equipment conditions have been thoroughly addressed for clarity. The Contracting Officer encourages further inquiries to ensure transparency and successful fulfillment of contract requirements, underlining the government's commitment to maintaining security infrastructure.
Feb 24, 2025, 6:06 PM UTC
This amendment serves to update contractors regarding the Vehicle Barrier Maintenance Request for Quote (RFQ) FA460825Q0002. Key points include the confirmation of three barriers at Barksdale AFB—located at Bodcau Gate, North Gate, and West Gate, all equipped with GRAB – 300 retractable systems. The amendment clarifies the periods for performance and confirms no changes in equipment are planned under the new contract. It also addresses queries related to paint specifications, maintenance schedules, and contractor qualifications. All barriers have essential safety features, including traffic light sequencing and detection systems. Additionally, while contractor certification by the AVB manufacturer is not required, appropriate qualifications for personnel must be met. Contractors are encouraged to read the Performance Work Statement thoroughly for complete compliance. Overall, the document emphasizes the importance of adherence to project specifications and provides direct contact information for further inquiries.
Feb 24, 2025, 6:06 PM UTC
The Department of the Air Force has issued Amendment 03 to Request for Quote (RFQ) FA460825R0001 regarding Vehicle Barrier Maintenance. The amendment specifies updates to the Contract Line Item Numbers (CLIN), reducing the number of service calls from preventive maintenance, routine service, and emergency service calls, reflecting a more streamlined six-month performance period. Key adjustments include reducing CLIN 0001 from four to two preventive maintenance sessions, CLIN 0002 from six to three routine service calls, and CLIN 0003 from three to one emergency service call. Additionally, the non-priced CLINs have updated amounts, and errors in the Performance Work Statement have been corrected. The RFQ window will reopen on 24 February 2025 and close on 26 February 2025 at 12:00 CST. Contractors are urged to review all documents associated with the amendment thoroughly. For further inquiries, they should reach out to the specified contracting officer. This amendment signifies a crucial step in optimizing vehicle barrier maintenance contracts, maintaining operational readiness, and ensuring compliance with government procurement standards.
Feb 24, 2025, 6:06 PM UTC
The Performance Work Statement for the Air Force Vehicle Barriers Maintenance and Repair (VB M&R) Services outlines the requirements for maintaining and repairing vehicle barrier systems at Barksdale Air Force Base, Louisiana. The primary objective is to provide preventive maintenance, inspections, and minor repairs for operational vehicle barriers. The contractor is responsible for all tasks, including technical data acquisition, barrier upkeep, and compliance with safety and environmental regulations. Key tasks involve conducting quarterly preventive maintenance and ensuring operational rates of 96% for all barrier systems. Contractors must provide qualified personnel, including a Lead Technician and Barrier Technicians, who possess relevant experience. Additionally, the document specifies safety protocols, training requirements, and the organization of service calls, which are categorized as either emergency or routine. The work coordination requires prior approval from the government, and reports must be submitted quarterly to document maintenance activities and equipment status. The statement emphasizes adherence to federal guidelines, timely service delivery, and continuous communication with government officials to ensure project success. Overall, this contract is a critical component for enhancing the safety and operational integrity of vehicle barriers within the Air Force installations.
The Performance Work Statement (PWS) outlines the requirements for Vehicle Barriers Maintenance and Repair (VB M&R) Services at Barksdale Air Force Base. Its primary purpose is to ensure the effective upkeep of operational vehicle barriers across Air Force installations, including preventive maintenance (PM) and minor repairs. Contractors are required to provide necessary personnel, equipment, and support while adhering to federal, state, and local regulations. Key tasks include quarterly inspections, emergency service calls, technician qualifications, and maintaining operational rates of 96% for barrier systems. The PWS emphasizes structured service calls, categorizing them as either Emergency or Routine, with distinct response times. It specifies the qualifications needed for contractor personnel, outlining roles for Lead Technicians and Barrier Technicians, and includes safety and environmental compliance measures. Additionally, the document prescribes a Quality Control Plan and detailed documentation requirements, including maintenance logs and annual reports. The overarching goal is to maintain high operational efficiency of vehicle barriers, thus enhancing security at the installations. Overall, the PWS serves as a comprehensive guide for contractors in delivering necessary M&R services effectively.
Feb 24, 2025, 6:06 PM UTC
The document is a Wage Determination report (2015-5191 Rev 26) from the federal government, focusing on the wage rates applicable for various labor categories under specific contracts. It encompasses detailed classifications and corresponding pay scales for workers employed on federal or federally-assisted projects, ensuring compliance with labor standards set forth by the Davis-Bacon Act. The determination outlines minimum wage rates, benefits, and other requirements for laborers, including fringe benefits that must be provided. By specifying wage rates for different job functions, the document aims to maintain fair labor practices across projects funded by federal grants or contracts. This wage determination is essential for contractors to adhere to, promoting equitable treatment of workers and preventing wage theft. The structure includes a series of tables listing wage classifications, job descriptions, and geographic applicability. Overall, the document underscores the government's commitment to upholding labor rights and standards within the context of federally funded projects.
Feb 24, 2025, 6:06 PM UTC
The document FA460825Q0002 is a Request for Quotation (RFQ) issued by the federal government under Simplified Acquisition Procedures. It outlines the provisions and clauses applicable for vendors interested in bidding for commercial services related to barrier systems at Barksdale Air Force Base. Vendors are required to register in the System for Award Management (SAM) and submit their quotes electronically to designated contracting officials. The RFQ includes specific instructions for suppliers, emphasizing the importance of adhering to technical specifications, providing a 24/7 customer service hotline, annual training sessions, and adherence to maintenance and repainting standards. Evaluation criteria are strictly defined, beginning with price considerations, followed by technical approaches that are evaluated for effectiveness. The government aims for a best-value approach, preferring quotes that demonstrate superior technical attributes even if they come at higher costs. Overall, this document serves as a comprehensive guide for vendors, detailing requirements for participation in the bidding process while ensuring compliance with federal regulations and acquisition standards.
Jan 24, 2025, 5:04 PM UTC
The Vehicle Barrier Maintenance Solicitation FA460825R0001 seeks proposals for maintenance services at Barksdale Air Force Base (AFB) in Louisiana. The document includes a question and answer section that clarifies details about the onsite barriers. It specifies there are three barriers in total, identified as GRAB-300 (Ground Retractable Automobile Barrier K12/ASTM M50). Questions regarding the solicitation must be submitted by 12:00 PM CST on February 3, 2025. This solicitation indicates the government's commitment to enhancing security measures at military installations through proper maintenance of these barriers, ensuring compliance with safety standards. Potential bidders are encouraged to seek clarification to provide precise proposals tailored to the requirements outlined. This document exemplifies federal procurement processes aimed at maintaining high security and operational efficiency at defense facilities.
Feb 24, 2025, 6:06 PM UTC
The document details a Request for Proposal (RFP) concerning non-personal service contracts for preventive maintenance, routine service calls, and emergency services, all categorized under Product Service Code J059 and structured with firm fixed pricing. It outlines a series of line items with specified quantities for each category: preventive maintenance (totaling 14 units), routine service calls (totaling 15 units), and emergency service calls (totaling 9 units). Additional in-scope work is also included but is not priced. The document is structured in a tabular format, listing item numbers, descriptions, quantities, unit types, and pricing arrangements, indicative of the federal government's standardized approach in procurement processes. The main purpose is to solicit bids from qualified suppliers for the described services, promoting efficiency and cost management in fulfilling government service needs. This RFP reflects the government’s ongoing commitment to maintaining operational efficacy through planned maintenance and prompt service responses, essential in supporting federal and local infrastructure integrity.
Feb 24, 2025, 6:06 PM UTC
Barksdale Air Force Base has issued a combined synopsis/solicitation (FA460825R0001) for maintenance services related to Active Vehicle Barriers, scheduled for a site visit on January 30, 2025, at 0900 CST. Attendees must register by January 27 and present valid government-issued ID. This solicitation is aimed at small businesses within the NAICS code 561621, and the period of performance extends from April 1 to September 30, 2025. The government will not incur any costs associated with the site visit, and proposals must be submitted electronically by February 7, 2025. Proposals will be evaluated based on technical acceptability and price, with awards going to the lowest priced, technically acceptable offeror. The document outlines required certifications, qualifications, and submission instructions, emphasizing that late submissions will not be considered. The solicitation also details relevant FAR clauses applicable to the contract, such as service contract labor standards and equal opportunity regulations. This announcement signifies the government's intent to fulfill procurement needs while supporting small business engagement and compliance with federal regulations.
Feb 24, 2025, 6:06 PM UTC
The document is an Owner/Operator and Maintenance Manual for the GRAB®-300 Ground Retractable Automobile Barrier, outlining its purpose as an access control point and emergency barrier against unauthorized vehicles. It details the product's features, including K-12 and ASTM M50 crash certification, energy absorption technology, and low maintenance requirements, making it adaptable for varying security needs. Safety warnings and guidelines for proper operator training aim to ensure safe usage. The manual further discusses operational procedures, maintenance schedules, and troubleshooting steps to follow after vehicle impacts, emphasizing regular inspections, adjustments, and proper disassembly during repairs. Detailed diagrams illustrate system components like pistons, lifting arms, and safety features, highlighting necessary tools for maintenance activities. The document serves as both a technical guide and a regulatory compliance resource, relevant for federal and local RFPs, ensuring that stakeholders maintain high safety and operational standards while utilizing the GRAB-300 system in secure environments. Its clear instructions and maintenance protocols aim to extend the lifespan and effectiveness of the barrier system.
Feb 24, 2025, 6:06 PM UTC
The document outlines a solicitation for a contract focused on Vehicle Barrier Maintenance Services under the Women-Owned Small Business (WOSB) program. Issued by the U.S. Air Force at Barksdale AFB, it includes various service categories such as preventive maintenance, routine service calls, and emergency services, with a total estimated award amount of $25 million. The performance period spans from April 1, 2025, to September 30, 2029, across multiple line items, highlighting the intent to encourage small business participation, particularly from economically disadvantaged women-owned firms and service-disabled veterans. Contract administration details emphasize the role of the contracting officer, Sheronda Stewart, with specific guidelines regarding access control for contractors entering the installation, background checks, and compliance with federal procurement regulations and tax obligations. Moreover, specific federal holidays, base closure procedures, and limitations on work without governmental oversight are delineated, ensuring accountability and operational efficiency in the execution of the services required. This solicitation serves as a framework for engaging qualified small businesses while adhering to federal procurement standards and promoting inclusion within the government contracting process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Solicitation
Similar Opportunities
Vehicle Barrier Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the maintenance of Active Vehicle Barriers at Dover Air Force Base in Delaware. This contract, identified as FA449725Q0018, aims to ensure the operational readiness and safety of vehicle barrier systems through preventative maintenance, routine service calls, and emergency repairs, with a performance period extending from May 1, 2025, to April 30, 2030. The total award value is estimated at $34 million, and the solicitation is set aside for small businesses, particularly Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Interested contractors should direct inquiries to Daniel Kim at daniel.kim.55@us.af.mil or Jordan Bongcayao at jordon.bongcayao.1@us.af.mil, with quotes due as specified in the solicitation documents.
Modular Vehicle Barrier System (Fairchild AFB)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a Modular Vehicle Barrier System (P/N 123062) to enhance security and traffic control at Fairchild Air Force Base in Washington. The procurement aims to replace existing barriers with a modular system that allows for rapid deployment during emergencies, ensuring improved operational efficiency and safety. This contract is set aside exclusively for small businesses under NAICS code 332999, with a delivery timeline of 90 days post-award. Interested vendors must submit their quotes in accordance with the guidelines outlined in the solicitation, and they can contact Nathan Bond at nathaniel.bond@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further inquiries.
PKA - Repair Flightline Gates Travis AFB, CA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of flightline gates at Travis Air Force Base in California. The project involves a design-build approach to repair three flightline gates, requiring contractors to deliver detailed design phases and construction services that comply with federal safety standards and local regulations. This initiative is crucial for maintaining the security infrastructure of the base, ensuring operational readiness and compliance with environmental laws throughout the project lifecycle. Interested small businesses must submit sealed bids by 11:00 AM on April 8, 2025, with an estimated contract value between $500,000 and $1,000,000. For further inquiries, contact Karly Zamiar at karly.zamiar@us.af.mil or Rory Gardner at rory.gardner@us.af.mil.
KSCC 18-1525 Construct Vehicle Barriers
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the construction of vehicle barriers at the Kennedy Space Center in Florida under project KSCC 18-1525. This Firm-Fixed-Price construction contract aims to enhance security measures by installing anti-terrorism barriers, including bollards and cable fences, with a project value estimated between $500,000 and $1,000,000. The opportunity is specifically set aside for Women-Owned Small Businesses (WOSB), and interested contractors must adhere to strict compliance with safety and environmental regulations throughout the project. Key deadlines include a site visit on April 8, 2025, and bid submissions due by April 29, 2025. For further inquiries, contractors can contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
Hangar Door Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the maintenance of hangar doors at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement requires contractors to furnish all management, labor, tools, equipment, transportation, materials, and parts necessary for the inspection, testing, and maintenance of hangar doors, as detailed in the Performance Work Statement (PWS). This maintenance is critical for ensuring the functionality and safety of essential infrastructure at the airbase, with tasks including preventive maintenance, emergency repairs, and compliance with safety regulations. Interested parties must respond to the sources sought notice by 11:00 am EDT on Thursday, April 3, 2025, and should direct inquiries to 2d Lt Hunter Bailey at hunter.bailey.5@us.af.mil or Ryan Ryea at ryan.rhea.2@us.af.mil.
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
FY 25 Airfield Preventative Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Airfield Preventative Maintenance project at Dover Air Force Base in Delaware. The project entails comprehensive maintenance tasks, including crack sealing 30,000 linear feet of asphalt pavement, installing joint seals, repairing manhole structures, and reseeding disturbed areas, all aimed at ensuring the airfield's operational integrity. This contract, valued between $250,000 and $500,000, is set aside for small businesses and emphasizes compliance with federal labor standards, including the Davis-Bacon Act. Interested contractors must submit sealed bids by February 6, 2025, and can direct inquiries to Justin Bordalo at justin.bordalo@us.af.mil or 302-677-2185.
Reconfigure Keesler AFB Perimeter Security Fence
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the reconfiguration of the perimeter security fence at Keesler Air Force Base (AFB) in Biloxi, Mississippi. This project, identified as MAHG23-1052, aims to enhance security measures and streamline access to the base, with a construction budget estimated between $1 million and $5 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested contractors must submit their sealed bids by April 14, 2025, following a mandatory site visit scheduled for March 25, 2025, and should direct inquiries to Kristy Hill at kristy.hill.1@us.af.mil or Tiffany Aultman at tiffany.aultman@us.af.mil for further information.
Dyess Airfield Paving
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in a Sources Sought notice for an Airfield Paving contract at Dyess Air Force Base (AFB) in Texas. The project involves various repairs and potential reconstruction of airfield pavements, including tasks such as concrete slab removal and replacement, spall repair, joint sealant replacement, and pavement markings, all in accordance with established plans and specifications. This opportunity is crucial for maintaining the operational integrity of the airfield, and interested vendors must respond with detailed capability statements by 1400 CST on April 16, 2025, to the primary contacts, Sydney Fontenot and Brandon Gilbert, via their provided email addresses. The contract is set aside for small businesses under NAICS code 237310, with a size standard of $45 million.
*AMENDMENT 01* Replace Overhead Doors
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of six overhead doors at Building 930, F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for all labor, materials, equipment, and supervision necessary to demolish existing doors and install new insulated coiling doors, adhering to a detailed Statement of Work and environmental regulations. This project is critical for maintaining operational efficiency and safety at the facility, with an estimated contract value between $100,000 and $250,000. Proposals are due by 11:00 AM MT on April 9, 2025, and interested parties should direct inquiries to Megan Evans at megan.evans.3@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil.