Whiteman AFB Barrier Maintenance and Repair
ID: FA462525Q1002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

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, specifically the U.S. Air Force, is seeking qualified contractors to provide Vehicle Barriers Maintenance and Repair (VB M&R) services at Whiteman Air Force Base in Missouri. The procurement aims to ensure preventive maintenance, inspections, and repairs of operational vehicle barriers, adhering to the established Performance Work Statement (PWS) and military safety standards. These services are critical for maintaining the security and functionality of vehicle barriers, which play a vital role in protecting military installations from unauthorized access and potential threats. Interested vendors must submit their quotations by 10:00 AM Central Time on November 19, 2024, and direct any inquiries to Chance Slaton at 509cons.pka.services@us.af.mil or by phone at 660-687-5462.

    Files
    Title
    Posted
    The document outlines the features and specifications of Delta Scientific Corporation's DSC7000 and DSC7500 active beam barricades, designed to secure wide roadways against vehicle attacks while meeting rigorous safety standards set by the U.S. Department of State (K12) and UK's BSI Standard PAS 68. These barricades can close lane access in as little as 0.7 seconds and provide high levels of security, making them suitable for various critical locations, including nuclear power plants. Both models have been crash-tested to withstand impacts from vehicles weighing up to 15,000 lbs (66.7 kN) at speeds of 50 mph (80.4 kph). They are engineered for extreme environments, ensuring reliable operation regardless of weather conditions. Delta’s barriers feature multiple actuation options—manual, hydraulic, or electro-mechanical—allowing for versatile deployment. The piece emphasizes Delta's experience and commitment to safety, showcasing its position as a leading manufacturer in vehicle access control systems, with over 16,000 installations globally. The document serves as an informative resource aimed at potential government agencies and contractors looking to fulfill RFPs or federal grants related to security infrastructure.
    The Barrier Maintenance & Repair Services contract, issued by the U.S. Air Force's 509 Civil Engineer Squadron, outlines the performance work statement (PWS) for maintaining operational vehicle barriers at Whiteman Air Force Base. The contract's goals include preventive maintenance, inspections, repair of barrier systems, and compliance with military and safety standards. Key contractor responsibilities encompass tasks such as conducting quarterly maintenance, managing service calls, performing additional repairs, and ensuring documentation of all maintenance. Contractors must provide qualified personnel, complete training, and maintain transparent communication with the government. The document details safety compliance, response times for service calls, and the administrative and invoicing processes, establishing comprehensive guidelines to ensure effective service delivery across the contract's five-year period. This initiative is crucial for maintaining the functionality and safety of vehicle barriers, reinforcing the facility's security operations, and ensuring quality contractor performance monitored by the government.
    The document outlines a request for proposals (RFP) focused on maintenance services for various gate systems and equipment. It includes several contract line item numbers (CLINs) detailing preventive maintenance, routine service calls, emergency service calls, additional in-scope work, and site stock provisions. The maintenance activities span multiple gate types and include specified equipment such as drop arms and barrier gates, emphasizing a structured approach to upkeep. For each service category, estimated quantities and unit pricing are provided, with labor categories indicated for different types of technicians, such as lead technicians and maintenance workers. The pricing structure includes provisions for parts markup and rates, indicating potential negotiation elements for costs. Overall, the RFP serves as a comprehensive framework to solicit bids from contractors capable of delivering ongoing maintenance and emergency services for critical gate and barrier systems, ensuring operational functionality and safety in accordance with federal and local standards.
    The document is a federal solicitation for obtaining offers related to a government contract, identified by solicitation number FA462525Q1002. It includes a comprehensive list of incorporated clauses and their references, covering various topics like compensation requirements for former DoD officials, antiterrorism training for contractors, information security protocols, and environmental compliance measures. Key clauses touch on responsibilities regarding government personnel, payment request submission processes, as well as regulations surrounding subcontracting, labor standards, and industry restrictions such as dealing with foreign entities. The main purpose of this solicitation is to outline the framework under which contractors must operate to remain compliant with Federal Acquisition Regulations (FAR) and specifically tailored Department of Defense (DoD) rules. It emphasizes the evaluation of offers based on technical capability, past performance, and price, with explicit instructions for offerors regarding certifications and representations concerning their business status. This thorough framework is critical for facilitating transparent, competitive procurement processes while safeguarding federal interests and enhancing operational integrity.
    The 509th Contracting Squadron of the Air Force Global Strike Command is seeking proposals for Vehicle Barrier Maintenance and Repair Services at Whiteman AFB. The selected contractor will be responsible for preventive maintenance, inspection, and repairs of various operational vehicle barrier systems, including support equipment. Evaluations of proposals will heavily focus on the offerors’ past performance, with specific interest in contractor abilities and prior work experiences. Proposals must be submitted by October 29, 2024, and responses are to be directed to SSgt Chance Slaton via email. A Past Performance Questionnaire is included for respondents to assess contractors on various performance metrics. The questionnaire aims to gather detailed performance feedback to inform the source selection process, ensuring that the chosen contractor meets all requirements effectively. The overall goal of this procurement is to ensure the operational integrity of vehicle barriers at Whiteman AFB, maintaining high safety standards in line with federal regulations. Prompt completion and submission of the questionnaire are vital for the successful and timely evaluation process.
    The document outlines various federal and state Request for Proposals (RFPs) and grant opportunities relating to infrastructure, environmental assessments, and health safety regulations. It highlights the requirements for compliance with established safety standards and guidelines while undertaking significant projects involving construction, renovation, or environmental hazard assessment. Notable initiatives include scrutinizing hazardous materials, adhering to local and federal regulations, and ensuring community safety throughout project execution. Furthermore, it stresses the importance of collaboration with engineers and architects to plan for necessary upgrades, implement proper safety measures, and conduct pre-alteration surveys for hazardous substances. The overarching purpose is to promote awareness regarding stringent safety protocols, improve infrastructure quality, and enhance public health outcomes. These measures reflect a commitment to regulatory compliance and community accountability in federally funded projects across various jurisdictions. The document serves as a critical resource for stakeholders involved in public works and environmental safety, guiding them toward successful project execution that meets safety and environmental standards.
    The document outlines a combined synopsis/solicitation for Barrier Maintenance and Repair Services by the federal government, specifically the Air Force. It establishes the Request for Quotation (RFQ) number FA462525Q1002, designated as a 100% small business set-aside under NAICS code 811310. The document references applicable laws and regulations and specifies the need for services to meet the outlined Performance Work Statement (PWS). Vendors must provide detailed quotations that will be evaluated based on price, technical capability, and past performance, with a focus on acceptable technical capabilities being prioritized over price. Notably, the government reserves the right to cancel the solicitation if funds are unavailable, and all quotations must comply with specific formatting and submission guidelines. Due dates for questions and quotations are clearly stated, and vendors are instructed to ensure they are registered in the System for Award Management to be eligible for contract award. The evaluation criteria encompass pricing structures, technical approaches, and an emphasis on past performance references, underscoring the importance of meeting technical standards and maintaining a competitive pricing assessment. The document concludes with compliance and contractual stipulations, reinforcing the rigor expected in submissions.
    The document outlines specifications for the Ross XT-4200-HB M50-P1 Anti-Ram Gate, designed for securing wide entrances with a crash-tested structure. Key components include an electromechanical rising beam system, which integrates into the Ross XL-501-TF Fence for comprehensive perimeter security. The specifications detail necessary labor, materials, and equipment while emphasizing the importance of submittals such as product data, shop drawings, and warranties. Quality assurance mandates that installers have at least two years of relevant experience and provide manufacturer representatives for installation supervision. The document also includes detailed requirements for the installation process, including foundation specifications, field testing, and training for operator staff. Additionally, integral aspects like control mechanisms, power supply, maintenance instructions, and options for accessories (e.g., beam well heaters and traffic control lights) are presented. The comprehensive nature of these specifications supports compliance with federal and state regulations, indicating its relevance to potential government RFPs. Overall, the document encapsulates a systematic approach to ensuring effective installation and operation of a critical security barrier system.
    Delta Scientific offers a range of crash-rated cable and chain beam barriers, designed for traffic control and security at high-risk locations such as government facilities, embassies, and nuclear plants. The barriers, including manual and hydraulic models, can stop vehicles weighing up to 15,000 pounds at speeds of 30 to 40 mph. Specific models such as the TT212 and TT212E feature a heavy-duty cable or chain and are certified by the U.S. government for their crash performance. The TT212EC model boasts the highest crash rating, capable of halting a 15,000-pound vehicle with minimal penetration. These barriers are adaptable for various operations with options for remote control. Delta’s products have been widely deployed at over 5,000 sites globally, demonstrating reliability over more than 25 years. Complete design, installation, and consulting services are also available to integrate these barriers into existing security frameworks. This information is pertinent to government RFPs and grants related to infrastructure security and vehicular control solutions.
    The document outlines specifications for the Model HD200 PHALANX® Hydraulic Barricade System by Delta Scientific Corporation, designed to provide counter-terrorist vehicle barrier solutions. The system comprises one to four fully crash-tested barricades, capable of withstanding significant impact and designed for rapid deployment within one second during emergencies. The foundation depth required is 24 inches, allowing for flush ground installation, enhancing pedestrian safety. The hydraulic power unit integrates efficiently with control systems, facilitating operations and manual overrides during power outages. Key safety features include visibility panels and signal systems to guide traffic effectively. The barricade is rated to stop vehicles weighing up to 15,000 pounds at speeds of 30 mph, underscoring its effectiveness against potential vehicle-borne threats. Additional options such as weather-resistant enclosures and auxiliary control circuits can be included to enhance functionality and safety. Overall, the specification emphasizes the importance of rigorous testing and quality assurance, along with compliance with federal safety standards, making it a relevant submission for governmental RFPs concerned with security infrastructure.
    The document serves as the Owner/Operator/Maintenance Manual for the GRAB®-300 Ground Retractable Automobile Barrier, emphasizing its confidentiality and proprietary nature. It provides a comprehensive overview of the barrier's specifications and features, including its K-12 and ASTM M50 crash certification, energy-absorbing technology, low maintenance requirements, and the ability to operate in various weather conditions. The manual details operational protocols, safety warnings, and guidelines for maintaining the barrier to ensure safety and efficiency. Key topics include a thorough explanation of component descriptions, safety precautions, maintenance schedules, and instructions for handling emergencies such as impacts. Each operational and maintenance section is supplemented with visual aids and checklists, focusing on the importance of adhering to safety standards, including OSHA regulations. The manual emphasizes a systematic approach to maintenance, with specific instructions for tasks ranging from weekly inspections to annual shear pin replacements. In the context of government RFPs and grants, this document provides vital specifications and operational guidelines for entities seeking to implement or manage sophisticated security solutions, underscoring the GRAB-300's suitability for federal and local applications.
    The Barrier Maintenance and Repair (M&R) Preventive Maintenance (PM) Checklist details the operational and maintenance requirements for vehicle barrier systems. Contractors must submit a comprehensive Operations and Maintenance (O&M) plan that includes guidelines for maintenance, inspections, troubleshooting, and repair procedures. Preventive maintenance services are to be performed quarterly and encompass checking the functionality of electrical components, panels, and control systems, as well as conducting operational safety tests. Key tasks include inspecting hydraulic systems, battery backup functionality, and ensuring proper operation of moving parts and safety systems. The checklist also outlines the need for regular cleaning, lubrication, and minor repairs, along with compliance checks to national electric codes. Furthermore, operators must manage environmental conditions, including snow and ice clearance, while ensuring that all equipment is labeled and maintained according to manufacturer specifications. This document serves as a framework for ensuring the reliable operation of vehicle barriers critical to security infrastructure, emphasizing the importance of preventive measures and adherence to performance standards within the context of government contracts for maintenance services.
    This Service Order Form outlines the details for a requested service related to maintenance tasks at a governmental facility. It provides information on service order specifics, including facility identification, labor rates for various classifications (such as technicians and operators), and a breakdown of materials and their costs. The total material costs amount to $100, with labor and travel expenses recorded as $15 and $0, respectively. Furthermore, there is a 50% handling fee on materials, leading to a total cost of $175 for this service order. Documentation confirms that the prices for parts and materials are fair as per government guidelines. The form requires authorization from both the Contracting Officer's Representative and the Contracting Officer, indicating official acknowledgment of the service request. This document serves a crucial role in federal and local procurement processes, ensuring compliance with established contracting regulations and facilitating transparent tracking of service orders and associated costs.
    The document outlines the Vehicle Barrier Maintenance & Repair Services' Performance Work Statement, focusing on the criteria to evaluate the barrier systems at government installation sites. The system's condition is categorized into three ratings: Green, Yellow, and Red. Green indicates no issues aside from cosmetic repairs, Yellow signifies that components are functional but require repairs to maintain operability, and Red denotes critical failures or safety deficiencies. Specific components under assessment include safety loops, traffic signals, warning signage, and corrosion levels. The emphasis is on identifying operational issues and ensuring safety compliance, as well as maintaining the functionality of crucial security elements. This structured rating system aids in determining the maintenance needs of barrier systems, supporting the objectives of federal and state RFPs related to public safety and infrastructure reliability.
    This document details the Maintenance & Repair Log for a government contract, capturing essential contract task order information, preventive maintenance results, repair costs, and equipment summaries. It includes fields for basic contract details such as base name, contractor contact, and task order numbers. The preventive maintenance section outlines equipment conditions, operational status, and any minor repairs completed. Noteworthy items include the summary of equipment with descriptions, installation dates, and warranty information. The cost summary section lists work performed, including labor, materials, and total expenses, while a section for certification validates the services rendered. Ultimately, this log reflects the government's approach to systematic maintenance, ensuring accountability, safety, and operational efficiency of critical infrastructure through detailed record-keeping. Such documents are crucial for government oversight of maintenance contracts, ensuring compliance with federal guidelines and optimal functionality of facilities.
    The document appears to be a structured log of service incidents related to a maintenance or technical support operation, detailing service orders (SO#), service issues, assigned technicians, and their respective resolutions over a series of entries. Although the document lacks specific context, it likely serves as a record for monitoring service delivery or response effectiveness in a government or federal agency, relevant for requests for proposals (RFPs) or grant applications. The central focus is on documenting the resolution of various service issues, ensuring accountability and tracking technician performance. Each entry is neatly organized by date and includes basic information such as the service issue encountered and the technician responsible for resolution efforts. In the context of government RFPs and grants, this document underscores the importance of maintaining detailed records for service efficiency, compliance with standards, and possible evaluations during funding assessments. Such systematic logging is crucial for future proposals that may seek funding for improved service operations or budgetary provisions for maintenance services.
    The document presented is a geographical layout related to the 509th Civil Engineering Squadron of the Department of the Air Force, focused on Whiteman Air Force Base in Missouri, dated February 12, 2024. It includes a detailed illustration of various roads, runways, taxiways, and facilities on the base, represented on a scale of 1:24,000. The layout's purpose is likely to support operational planning, maintenance, and structural assessments within the base, aligning with the context of federal grant applications and state/local RFPs that generally involve project management and resource allocation for military infrastructure. The precise coordination of facilities depicted will assist in logistics and execution of missions while reflecting the Air Force's ongoing commitment to efficient facility operations and maintenance. This information is crucial for personnel involved in civil engineering and strategic planning at military installations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    99 CES Barrier Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance and repair of vehicle barrier systems at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure the effective operation of these systems, which include various components such as actuators, control systems, and safety loops. This procurement is critical for maintaining security infrastructure at military installations, ensuring the safety and functionality of vehicle barriers. Proposals are due by October 28, 2024, and interested parties should direct any questions to Lisa Hallberg at lisa.hallberg.1@us.af.mil. The contract is set to span from December 25, 2024, to December 24, 2029, with a total estimated value of $275,000.
    Sources Sought AVB
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is conducting market research for an active vehicle barrier that meets specific performance requirements comparable to the RSSI RSS-2000N and Gibraltar G-2000N models. The procurement aims to secure a barrier that adheres to various safety and operational standards, including an ASTM M50 rating, continuous duty operation, and compatibility with existing security systems, essential for the protection of missile magazines at Joint Base Pearl Harbor West Loch Annex. Interested vendors are invited to submit technical data and specifications by October 29, 2024, at 2:00 p.m. Hawaii Standard Time, to the primary contact, Ms. Kimberlee Fujimoto, at kimberlee.l.fujimoto.civ@us.navy.mil, or Ms. Tiare McClellan at tiare.n.mcclellan.civ@us.navy.mil, as the government will not reimburse any costs associated with the submissions.
    MHE - Material Handling Equipment - Unscheduled Maintenance PM & Repair Services
    Active
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking quotes for Preventive Maintenance (PM) and Unscheduled Repair Services for Material Handling Equipment (MHE) at its commissaries located at Richards Gebaur and Whiteman Air Force Base in Missouri. The procurement aims to ensure the operational readiness of various equipment, including electric pallet jacks and forklifts, through a firm fixed-price contract that spans one base year with four optional renewal years. This initiative underscores the importance of maintaining essential machinery to support logistics and operational efficiency within military facilities. Interested small businesses must submit their quotes by November 6, 2024, and can direct inquiries to Sheila Smith at sheila.smith@deca.mil or Langston Hines at Langston.Hines@deca.mil.
    77361 - FOM Cage with Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Facilitate Other Maintenance (FOM) Cage at Building 149, Robins Air Force Base, Georgia. The contractor will be responsible for providing all necessary tools, materials, labor, and transportation to construct approximately 700 linear feet of 10-foot tall galvanized chainlink fencing, along with gate installations, adhering to strict safety and compliance standards. This project is crucial for enhancing security and operational efficiency at the military installation, with a contract period running from January 14, 2025, to March 17, 2025. Interested small businesses must submit their bids by 3:00 PM on October 29, 2024, to the primary contact, Patrick Hulett, at patrick.hulett@us.af.mil.
    Substation Maintenance Services Vandenberg Space Force Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Substation Maintenance Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0028, aims to secure comprehensive maintenance services for nine substations and one meter yard, ensuring operational continuity and compliance with federal regulations. The contract is a total small business set-aside under NAICS code 237130, with a funding amount of up to $45 million, and proposals are due by October 31, 2024, at 8:00 A.M. PST. Interested parties should contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil for further details.
    10 Miler Fencing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the provision of temporary fence panels for the 10 Miler Race at Cape Canaveral Air Force Station in Florida. The procurement involves supplying 3,500 linear feet of fencing, with specific requirements for setup and teardown, including delivery timelines and compliance with the updated Statement of Work. This opportunity is significant as it supports the logistics of a major event while promoting small business participation under the NAICS code 238990. Interested contractors must submit their quotes by October 28, 2024, at 8:00 A.M. EST, and can direct inquiries to Cynthia Whittaker or Abigail Muenchow via their provided email addresses.
    Vertical Lifting Fabric Hangar Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the maintenance and repair of Vertical Lifting Fabric Hangar Doors (VLFHD) at Joint Base McGuire-Dix-Lakehurst, New Jersey. The procurement requires comprehensive preventative maintenance, including annual inspections, testing, repairs, and certifications, ensuring compliance with Air Force and OSHA standards. This initiative is crucial for maintaining the operational integrity and safety of critical infrastructure at the base. Interested businesses are invited to respond to the Sources Sought Notice by submitting a three-page capability statement, confirming their business size under NAICS code 811310, and socio-economic status by the specified deadline. For inquiries, contact Adam Donofrio at adam.donofrio@us.af.mil or Ramnarine Mahadeo at ramnarine.mahadeo.1@us.af.mil.
    (SITE VISIT) Obstacle Course Maintenance, Repair, and Inspection Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission Installation Contracting Command at Fort Jackson, is seeking contractors for Obstacle Course Maintenance, Repair, and Inspection Services at Fort Jackson, South Carolina. The procurement aims to establish a non-personal services contract for the inspection, maintenance, and repair of five obstacle courses, ensuring safety and compliance with federal and military standards through quarterly inspections and rigorous testing protocols. This initiative is crucial for maintaining safe training environments for the U.S. Army Training Center. Interested vendors must submit their responses by October 30, 2024, at 11:00 AM EST to the primary contact, Marvin T. Briscoe, via email at marvin.t.briscoe.civ@army.mil, and must adhere to the Fort Jackson Vetting Policy for access to the installation.
    Local Telecommunication Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a Request for Quote (RFQ) for local telecommunication services at the Jefferson Barracks Air National Guard Station in St. Louis, Missouri. The procurement aims to replace existing local telecommunication services and long-distance services with a managed emulated session initiation protocol (SIP) circuit, ensuring that all current connectivity requirements and features are seamlessly migrated without loss of capabilities. This service is critical for maintaining continuous communication support for the installation, which operates 24/7 throughout the year. Interested vendors should note that the solicitation will be available on the Contract Opportunities page at SAM.gov, with a service start date required no later than February 1, 2025. For further inquiries, contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or by phone at 314-527-8033.
    Bldg 229N SCIF Door Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking quotes for the replacement of a vault door at Building 229N on Robins Air Force Base in Georgia, transforming it into a Sensitive Compartmented Information Facility (SCIF) compliant with STC 50 standards. The procurement involves providing and installing a specialized door and frame casing, along with necessary security systems, while adhering to stringent safety and health protocols, including the submission of a detailed safety plan. This project is critical for ensuring secure operations within the facility, with a contract value of up to $45 million and a performance period from August 23, 2024, to December 20, 2024. Interested contractors must submit their quotations by the extended deadline of October 30, 2024, and can contact Adam Hudson or Valerie Evans for further information.