Barksdale AFB Vehicle Barrier Maintenance
ID: FA460825R0001Type: Combined Synopsis/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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    B6413 BUILDING RENOVATION SECURE SPACE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of secure space at Barksdale Air Force Base in Louisiana. This project, identified as 'B6413 BUILDING RENOVATION SECURE SPACE', falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified as a repair or alteration of airfield structures. The contract is set aside for 8(a) sole source, indicating a focus on small businesses within the 8(a) program, and interested parties can find more details by logging into the PIEE portal and searching for solicitation number W9126G26RA026. For inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil or 817-408-5319.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    RENOVATE CORROSION CONTROL HANGAR BLG 6626
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the renovation of the Corrosion Control Hangar Building 6626 located at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to repair or alter airfield structures as indicated by the PSC code Z2BZ. The opportunity is set aside for 8(a) sole source contractors, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W9126G26RA042. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Transient Alert - Out of Scope Modification Sole Source JA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to modify an existing contract for the Transient Alert (TA) program at Barksdale Air Force Base in Louisiana. The modification aims to extend the terms and conditions of contract FA460821F0020 by an additional twelve months, allowing for continued service until a new contract vehicle can be established, which will include one base year and four option years. This extension is crucial for maintaining the operational readiness and support of aircraft and airframe structural components under the TA program. Interested parties can reach out to Sheronda Stewart at sheronda.stewart.1@us.af.mil or by phone at 318-456-3450 for further details regarding this sole source justification.
    SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.
    ACTIVE VEHICLE BARRIER (AVB) AND GUARD BOOTH MAINTENANCE SERVICES
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Center, is seeking qualified firms to provide preventive and corrective maintenance services for Active Vehicle Barrier (AVB) systems, Guard Booths, and associated Access Control Point (ACP) equipment across various locations in Europe, including Germany, Belgium, the Netherlands, Romania, and Bulgaria. The procurement aims to ensure the operational readiness and reliability of critical security infrastructure at military installations. Interested firms are encouraged to contact Jordan Millsap at jordan.millsap@usace.army.mil or by phone at 256-895-1582 for further details regarding this sources sought notice, which is part of ongoing market research to identify capable service providers.