KSCC 18-1525 Construct Vehicle Barriers
ID: FA252125B0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 1:30 PM UTC
Description

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.

Point(s) of Contact
2d Lt. Charles Cowart
charles.cowart.4@spaceforce.mil
Patricia A. Bates, Contracting Officer
(321) 494-7120
patricia.bates@spaceforce.mil
Files
Title
Posted
Mar 10, 2025, 6:07 PM UTC
The pre-solicitation notice for Solicitation Number FA252125B0005 involves a construction project at the Kennedy Space Center in Florida. The project, titled KSCC 18-1525, requires a contractor to install antiterrorism barriers, including bollards and cable fence barriers near roadways and railways. The work entails providing all necessary materials, labor, and equipment, alongside foundational and steel designs for the installations. The project is categorized under the NAICS Code 236220 and is designated as a competitive Women-Owned Small Business set-aside according to FAR regulations. The anticipated period of performance is 170 days following a Notice to Proceed, with a construction value between $500,000 and $1,000,000. Although the contractor will be selected through an Invitation for Bid (IFB), no award can be made until funding is confirmed. The IFB is expected to be published on sam.gov on or around March 26, 2025, with bids due 30 days later. Potential bidders must be registered in the System for Award Management (SAM) to qualify. This announcement serves as a precursor for interested parties to prepare for the upcoming solicitation process.
Mar 28, 2025, 3:06 PM UTC
The project "KSCC 18-1525" focuses on constructing vehicle barriers at Cape Canaveral Space Force Station (CCSFS). The initiative, contracted to Rhodes+Brito Architects with sub-consultants from Cape Design Engineering Co., entails providing antiterrorism measures using bollards and cable fence barriers. The detailed project specifications outline general requirements, including safety measures, construction methods, and scheduling procedures to avoid disruptions and ensure compliance with federal standards. Key project components include creating foundational and structural designs while highlighting environmental management, waste disposal, and construction access protocols. Submittal procedures for necessary documentation encompass preconstruction data, shop drawings, product specifications, and ongoing quality control measures. Access to the construction site is governed by security requirements, emphasizing vehicle inspections and adherence to environmental health and safety guidelines. This document reflects careful planning, coordination, and execution aligned with military and government protocols, ensuring that the construction meets operational security needs and environmental regulations while facilitating ongoing operations at CCSFS.
The document outlines the design and construction specifications for vehicle barriers at the Cape Canaveral Space Force Station. The primary focus is on constructing a series of bollards and passive cable barriers to enhance security at key infrastructures, primarily along Titan III Road. Key elements include structural details for bollard installations, critical specifications for material strength, and safety protocols that comply with governing standards such as ASTM and UFC. The design incorporates specific requirements like hot-dip galvanization for steel materials, the use of concrete mixtures with defined compressive strength, and extensive barrier deployment methods. Particular attention is given to environmental considerations during installation, especially regarding vegetation removal and waste management. Safety protocols mandate coordination with the owner's environmental department to prevent harm to the ecosystem. Overall, the project emphasizes ensuring resilience and integrity against potential threats while promoting adherence to regulatory and safety standards during the construction phase. This meticulous preparation underscores the federal commitment to maintaining high-security measures at critical operational sites.
Mar 28, 2025, 3:06 PM UTC
The document outlines wage determinations for construction projects in Brevard County, Florida, specifically for building, heavy, and highway construction at Cape Canaveral Air Station, Patrick Air Force Base, Kennedy Space Center, and Malabar Radar Site. It highlights compliance with the Davis-Bacon Act, requiring contractors to pay prevailing wage rates per Executive Orders 14026 and 13658, which set minimum wage rates for federal contracts. The document specifies wage rates for various trades, including asbestos workers, boilermakers, bricklayers, electricians, and others, detailing their respective base rates and fringe benefits. It also explains the process for wage determination appeals, directing interested parties to contact the appropriate divisions within the Department of Labor for inquiries or disputes on wage classifications. This summary reflects the government's efforts to maintain fair labor practices and ensure worker protections in federally funded construction projects.
Mar 28, 2025, 3:06 PM UTC
The document outlines procedures and requirements related to the Green Purchasing Program related to the construction of vehicle barriers at Patrick Air Force Base. It serves as a certification form for procurement practices aligned with environmentally friendly guidelines established by the Environmental Protection Agency (EPA). Key sections detail instructions for completing the Green Purchasing Program Certification Form, requiring users to identify applicable EPA-designated items. Specific procurement criteria for purchasing items made from recycled materials are included, and exemptions must be justified if certain items do not meet EPA standards. Information on the justification process is provided, addressing performance standards, availability, competitiveness, and pricing. The certification aims to ensure compliance with federal mandates for sustainable procurement practices, emphasizing accountability in the acquisition of goods and services with a focus on environmental impact. Overall, this program reflects the government’s commitment to integrating green practices into public procurement processes.
Mar 28, 2025, 3:06 PM UTC
The U.S. Space Force outlines procedures for transient contractors using hazardous materials (HAZMAT) at the Patrick Space Force Base. Contractors must submit a HAZMAT Usage Worksheet monthly and report any spills using the Spill Notification Form. The process begins with contractors presenting a proposed list of hazardous materials to the Contracting Officer (CO), who forwards it to the Installation Hazardous Materials Program (IHMP) Manager for review. After approval, contractors can use the materials, with ongoing quarterly purchase reports required. At the contract's end, contractors submit final purchase reports to close out the contract. The document emphasizes strict compliance with safety regulations and environmental management throughout the contractor's engagement, ensuring proper tracking and reporting of HAZMAT usage on base.
Mar 28, 2025, 3:06 PM UTC
The memorandum from the United States Space Force at Patrick AFB addresses the Ozone Depleting Substance (ODS) requirements for Project KSCC 18-1525, focused on constructing vehicle barriers. The document asserts that the project's technical review confirms no requirement for the contractor to utilize Class I ODS as classified by Air Force policy. It specifies that no Class I ODS will need to be delivered in any aspect of the contract execution. This ensures compliance with environmental standards, particularly concerning substances that impact the ozone layer. The project manager, Robert Elliott, digitally signs the memorandum, affirming the accuracy of this ODS assessment. This communication demonstrates the military's commitment to sustainable practices in construction projects.
Mar 28, 2025, 3:06 PM UTC
This document is a Question and Answer Form related to Project Number KSCC 18-1525, which focuses on the construction of vehicle barriers. The form is structured to facilitate contractors in posing questions regarding specific sections of the Request for Proposal (RFP), Statements of Work (SOW), technical specifications, or drawings, with identified areas for referencing relevant clauses. Each section allows contractors to input their questions, promoting clarity and addressing ambiguities in the project requirements. The purpose of this document aligns with government practices for RFPs and grants by ensuring transparency and thorough communication between contracting authorities and potential bidders, ultimately aiding in the project's success and compliance with federal and state regulations. By doing so, it supports the overall objective of effective project management and execution in federal contracting environments.
Mar 28, 2025, 3:06 PM UTC
The 45 SFS Credential Request Form facilitates access control for individuals seeking entry to specific military installations (Patrick SFB, Cape Canaveral SFS, and VSFB). Governed by privacy regulations, the form collects essential personal information, including identity verification details such as Social Security Numbers, dates of birth, and contact information. Access requests are categorized into long-term (60 days or more) and short-term (59 days or less) based on the visitor's association (government employee, contractor, visitor, etc.). Additional sections inform the applicant of potential toxic hazards present at Cape Canaveral, necessitating compliance with safety protocols. Acknowledgment of driving regulations is included, specifying rules for vehicle operation within the jurisdiction, emphasizing security measures, and the prohibition of certain activities like texting while driving. The form outlines submission procedures to either hand deliver, fax, or email the request and requires processing time. This credentialing process underscores the Department of Defense’s commitment to security while ensuring that all personnel interacting with sensitive areas are properly vetted and informed about safety hazards.
Mar 28, 2025, 3:06 PM UTC
The document outlines the Installation Facilities Standards (IFS) for Energy Management & Controls Systems (EMCS) at Space Launch Delta 45 (Patrick SFB & Cape Canaveral SFS), effective January 1, 2024. It serves as a supplement to existing IFS, updating previous standards and consolidating compliance with Unified Facilities Criteria and cybersecurity regulations. Key sections detail EMCS protocols, including automation, data acquisition (SCADA), and specific standards for electric, gas, and water meters within an Advanced Meter Reading System (AMRS). Key points include establishing quality standards for manufacturer products, ensuring all systems meet Air Force cybersecurity mandates, and emphasizing the integration of existing and new infrastructure seamlessly. The document stipulates that all control systems are treated as networked computer systems, requiring accreditation through AF cyber command. Moreover, it addresses coordination and approvals for various stakeholders, setting guidelines for installation processes, maintenance, and operational efficiency. The standards aim to ensure effective energy management, compliance with federal regulations, and operational compatibility with existing systems at Patrick SFB, thereby enhancing energy efficiency and control infrastructure within military facilities.
Mar 28, 2025, 3:06 PM UTC
The document outlines the requirements for calculating the amount of self-performed vs. subcontracted work for the contract FA2521-25-B-0005, specifically for constructing vehicle barriers through KSCC 18-1525. In compliance with FAR 52.219-14 regarding limitations on subcontracting, the prime contractor must ensure that they do not allocate more than 85% of the contract value, excluding materials costs, to non-similarly situated subcontractors. The calculation involves determining the total contract value, subtracting material costs, and subsequently assessing the value of all non-WOSB (Women-Owned Small Business) subcontracted work. The final step ensures that the remaining non-WOSB costs do not exceed the stipulated limit, highlighting compliance with federal regulations aimed at supporting small business participation. An authorized representative must certify the accuracy of the provided calculations. This process emphasizes transparency and adherence to regulations in government contracting, prioritizing the involvement of small businesses in federal projects.
Mar 28, 2025, 3:06 PM UTC
The document serves as a Construction Cost Estimate Breakdown for a government proposal, outlining the standard format for contractors to submit cost estimates for construction activities. It specifies requirements for detailing materials, labor, and other direct costs associated with the project. Columns in the form guide the contractor to list the item descriptions, units of measure, quantities, material costs, estimated labor manhours, and other direct costs necessary for a comprehensive estimate. The document emphasizes the need for transparency in the estimating process and obliges contractors to provide verifiable data and justifications for their projections. Additionally, oversight rights to examine submitted cost data are granted to the contracting officer for thorough evaluation. This structured approach ensures that all stakeholders have a clear understanding of the financial implications and resource requirements related to the project, thus facilitating effective negotiations and adherence to contracting guidelines within federal and state frameworks.
Mar 28, 2025, 3:06 PM UTC
The document outlines a solicitation for construction services at Kennedy Space Center, focusing on the installation of anti-terrorism barriers. This Firm-Fixed-Price construction contract invites bids from Women-Owned Small Businesses (WOSB), emphasizing that offers not meeting this criterion will be deemed non-responsive. The project’s estimated value ranges from $500,000 to $1,000,000, with a performance period of 170 calendar days post-notice to proceed. The solicitation emphasizes the availability of funds; the government's obligation is contingent on appropriated funding, and the right to cancel bids without reimbursement for incurred costs is reserved. Additional requirements include a sealed offer, performance and payment bonds, and adherence to applicable building codes. Provisions also address the review and compliance measures related to the contract, such as inspection, payment processes through the Wide Area Workflow system, and guidelines for subcontracting. The outlined clauses ensure contractors are informed of regulations affecting their bids and the expectations of contract execution. Overall, this solicitation demonstrates the government’s strategic approach in procurement, prioritizing small business participation while ensuring compliance with federal guidelines and project-specific standards.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
KSCC 18-1575 Replace Tower 110
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price Construction Contract to replace Tower 110 at Kennedy Space Center, Florida. The project entails the demolition of the existing 210-foot weather tower and the construction of a new self-supporting tower, including the design of a foundation, a lightning protection system, and FAA beacon lights. This initiative is crucial for supporting the 45 Weather Squadron's instrumentation and ensuring operational integrity at Cape Canaveral Space Force Station. The estimated contract value ranges from $1,000,000 to $5,000,000, with bids due by May 1, 2025, and a performance period of 265 calendar days following the issuance of the Notice to Proceed. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), should direct inquiries to Contracting Officer Abigail Lynagh at abigail.lynagh@spaceforce.mil or by phone at (321) 494-1913.
Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking quotes for a Firm Fixed Price contract for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal standards while enhancing the facility's security infrastructure. This initiative is critical for maintaining effective access control and safety, with a total of forty-four vehicle barriers designated for ongoing operational needs. Interested small businesses must submit their quotes by May 2, 2025, and adhere to specific formatting and content requirements, with evaluations based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
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.
PKA-Vehicle Barrier Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on Vehicle Barrier Maintenance and Repair services at Travis Air Force Base in California. The contract aims to ensure the efficient operation of vehicle barrier systems through regular inspections, preventive maintenance, and prompt repairs, with a requirement for contractors to maintain detailed logs and adhere to safety regulations. This service is critical for maintaining security at the base, which is classified as a closed installation, necessitating strict identity verification and vetting for contractor personnel. Interested small businesses must submit their quotations by April 17, 2025, and can direct inquiries to Johnathan Daniels at johnathan.daniels.1@us.af.mil or Joshua Boak at joshua.boak@us.af.mil.
Revised Shaw AFB Portable Barrier System and Associated Components
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking information from qualified small businesses regarding the provision of a Portable Barrier System and associated components for Shaw Air Force Base in South Carolina. The procurement includes specific requirements such as one Archer T-1000 Drop Deck Trailer or equivalent, eight Archer 1200 Barriers or equivalents, and seven Archer Arrestor Cables of four feet or equivalent, all designed for anti-terrorism purposes. This initiative underscores the government's commitment to enhancing security measures at critical checkpoints with portable, user-friendly solutions that require minimal maintenance and can be rapidly deployed. Interested parties are encouraged to submit their capability statements to Ms. Anna Mallett at anna.mallett@spaceforce.mil and Ms. Mar Rodriguez Martinez at mariadelmar.rodriguezmartinez@us.af.mil, as no questions or offers should be submitted at this time.
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.
SXHT 12-1092 Repair Emergency Power SFS B1319
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the project titled "SXHT 12-1092 Repair Emergency Power SFS B1319" at Patrick Space Force Base in Florida. This project aims to enhance the electrical load capacity at Facility 1319 by installing new electrical components, including an 800A automatic transfer switch, while ensuring minimal disruption to ongoing operations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a magnitude between $500,000 and $1 million, and the performance period is scheduled for 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 18, 2025, and can direct inquiries to 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
Vehicle Barrier Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Barrier Maintenance services at Dover Air Force Base in Delaware. The procurement aims to ensure the operational readiness and safety of vehicle barrier systems through comprehensive maintenance, including preventative inspections and emergency repairs, with services expected to commence by May 1, 2025. This opportunity is exclusively set aside for small businesses under NAICS code 811210, with a size standard of $34 million, emphasizing the importance of maintaining security infrastructure at the base. Interested vendors must submit their electronic quotes by April 16, 2025, and can direct inquiries to Daniel Kim at daniel.kim.55@us.af.mil or Jordan Bongcayao at jordon.bongcayao.1@us.af.mil, with a deadline for questions set for April 7, 2025.
Fencing Rental (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide fencing rental services for the Beale AFB Air and Space Expo scheduled from June 6-8, 2025. The contractor will be responsible for delivering and setting up 5,200 linear feet of chain link fencing, which will also serve as Foreign Object Debris (FOD) fencing, with setup occurring on June 5 and 6, and dismantling required by 7:00 AM on June 9. This procurement is critical for ensuring safety and security during a high-profile government event, necessitating strict adherence to security protocols and local regulations. Interested parties should contact Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil for further information, and must submit an execution plan by May 5, 2025, as part of the proposal process.
Lightning Protection Systems Repair Building 2024 PSFB CO
Buyer not available
The Department of Defense, specifically the U.S. Space Force, is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base in Colorado. Contractors are required to replace wind-damaged air terminal masts and ensure compliance with national and military codes, with a project timeline of 30 days and a necessity for coordination with project managers. This procurement emphasizes the importance of specialized repairs in maintaining military infrastructure and is set aside for small businesses, with a submission deadline for proposals on April 15, 2025, at 12:00 PM MT. Interested parties can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details.