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 Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 1:30 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price construction contract to construct vehicle barriers at the Kennedy Space Center in Florida. This project, titled "KSCC 18-1525," aims to enhance security through the installation of anti-terrorism measures, including bollards and cable fence barriers, with a project value estimated between $500,000 and $1,000,000. The procurement is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their bids by April 29, 2025, and can direct inquiries to the primary contact, 2d Lt. Charles Cowart, at charles.cowart.4@spaceforce.mil, or the contracting officer, 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.
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 PM UTC
Apr 9, 2025, 8:08 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.
Apr 9, 2025, 8:08 PM UTC
This document is a solicitation for a Firm-Fixed-Price Construction Contract aimed at constructing vehicle barriers at Kennedy Space Center, Florida. It outlines details for a construction project valued between $500,000 and $1,000,000, and emphasizes that the work must comply with various codes and standards, including Florida Building Code and Space Launch Delta 45 Installation Facilities Standards. The solicitation is restricted to Women-Owned Small Businesses, and all contractors must register and represent their business status accurately. The contractor is required to commence work within a specified calendar period after receiving a notice to proceed and complete the project within 170 calendar days. The document also specifies that payment for the project is contingent upon the availability of appropriated funds and details structures for progress payments. Importantly, the contract mandates compliance with various Federal Acquisition Regulation clauses and includes specific clauses regarding Buy American provisions for construction materials, emphasizing the preference for using domestically sourced materials whenever possible. The comprehensive nature of the solicitation serves not only to secure bids for the project but also to ensure that contractors are aware of compliance requirements and project deliverables as defined by government 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.
Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to repair Buildings 1508 and 1559 at Vandenberg Space Force Base in California. This project involves providing all necessary labor, materials, and supervision for the repair of the Space Control Facility and the Admin Area, with a contract duration of 365 calendar days following the notice to proceed. The total construction cost is estimated to be between $5 million and $10 million, and the opportunity is exclusively set aside for small businesses under the NAICS code 236220. Interested contractors should note that the solicitation is expected to be issued around April 15, 2025, with a pre-bid conference tentatively scheduled for April 22, 2025. For further inquiries, contractors can contact Kristian Martin Perlas or Carmen Ridener via the provided email addresses.
Reconfigure Keesler AFB Perimeter Security Fence
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals 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 contractor qualifications and past performance in the evaluation process. Interested contractors must submit 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 details.
PKA-Vehicle Barrier Maintenance Amendment 0001
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 Travis Air Force Base, California. The contract aims to ensure the efficient operation of vehicle barrier systems through regular inspections, preventive maintenance, and prompt repairs, with a focus on compliance with federal and military standards. This opportunity is set aside for small businesses under NAICS code 561621, with a site visit scheduled for April 10, 2025, and quotes due by April 17, 2025, at 12:00 PM PDT. Interested vendors should contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further details.
Construct Blast Fence
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for a project titled "Construct Blast Fence" at the 117th Air Refueling Wing in Birmingham, Alabama. The procurement involves a firm fixed-price contract for the construction of two full power jet blast deflectors, including the necessary concrete paving systems and the relocation of existing flight line security lighting and fuel system controls. This project is crucial for accommodating full engine run-ups for the KC-135 aircraft and is set aside entirely for small businesses, with a contract value estimated between $1 million and $5 million. Interested contractors should note that the solicitation is expected to be issued around May 7, 2025, with a pre-bid conference tentatively scheduled for March 14, 2025, and must register in the System for Award Management (SAM) to participate. For further inquiries, contact William K. Hall at william.hall.65@us.af.mil or Joshua Waters at joshua.waters.8@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, which includes the installation of a new Automatic Transfer Switch (ATS) to ensure generator backup during power outages. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has a magnitude between $500,000 and $1 million, with a performance period of 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 23, 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, through the Department of the Air Force, is soliciting quotes for Vehicle Barrier Maintenance services at Dover Air Force Base, Delaware, under solicitation FA449725Q0018. The procurement is exclusively set aside for small businesses, requiring comprehensive maintenance and repair of vehicle barrier systems to ensure operational readiness and safety, with services expected to commence by May 1, 2025. This initiative is crucial for maintaining security infrastructure at the base, emphasizing the importance of timely and effective maintenance practices. Interested contractors 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 site visit option available upon request by April 8, 2025.
PKA - Repair Flightline Gates Travis AFB, CA
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of flightline gates at Travis Air Force Base, California. This project involves a design-build contract focused on the repair and modernization of three flightline gates, including the demolition of existing components and the installation of new systems that comply with federal safety standards and local regulations. The estimated contract value ranges from $500,000 to $1 million, with a total small business set-aside, emphasizing the importance of supporting small enterprises in federal contracting. Interested contractors must submit sealed bids by 11:00 AM on April 15, 2025, and are encouraged to direct any inquiries to the primary contact, Karly Zamiar, at karly.zamiar@us.af.mil or by phone at 707-424-2014, by the deadline of March 17, 2025.
Modular Vehicle Barrier System (Fairchild AFB)
Buyer not available
The Department of Defense, specifically the 92nd Security Forces Squadron at Fairchild Air Force Base, is seeking proposals for a Modular Vehicle Barrier System to enhance security and traffic control at installation entry points. The system is intended to replace existing star barriers, improving deployment efficiency during emergencies and daily operations, with key requirements including compliance with ASTM safety standards, modular adaptability, rapid lane access, and ease of use without tools. This procurement underscores the importance of modernized safety measures in military operations, with a delivery timeline of 90 days post-contract award. Interested vendors must submit their quotes by April 16, 2025, and can contact Nathan Bond at nathaniel.bond@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further information.