Peterson Space Force Base Vehicle Barrier Maintenance and Repair
ID: FA251725Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 5:00 PM UTC
Description

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.

Files
Title
Posted
The Peterson Space Force Base Vehicle Barriers Maintenance and Repair (VB M&R) Services Contract outlines requirements for the preventive maintenance, inspection, and repair of vehicle barriers at the base. The contractor is responsible for providing labor, equipment, and materials necessary to maintain barrier systems including actuators, control systems, and hydraulic equipment. Key tasks include conducting preventive maintenance services, maintaining cleanliness of barrier pits, and ensuring compliance with safety and environmental regulations. The contract requires a lead technician with extensive experience and qualifications to oversee the project. Emergency and routine service call protocols are defined, with strict timelines for response and repair. The contractor must also maintain detailed logs of maintenance activities and repairs, submit annual reports summarizing the condition of barriers, and deliver documentation on any additional in-scope work identified. Performance metrics focus on operational rates, adherence to maintenance schedules, and effective communication with the contracting officer representative. Overall, this contract emphasizes maintaining barrier functionality to ensure safety and compliance with military standards, reflecting the government's commitment to secure infrastructure management.
This document outlines critical contract administration data relevant to federal government contracting, focusing on the incorporation of Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) clauses. Key topics include the obligations of contractors concerning electronic payment submissions, specifically utilizing the Wide Area Workflow (WAWF) system for invoicing, and the requirement for unique item identification for certain deliverables. It specifies how contractors must manage various types of payment requests, including those for cost-type and fixed-price items, while adhering to established regulations and guidelines. Additionally, the document lists applicable clauses, detailing their effective dates and variations, which govern contractor conduct, rights, and responsibilities. Provisions include requirements for maintaining a System for Award Management registration, ensuring compliance with regulations concerning whistleblower protections, and adhering to environmental and labor laws. The summarized information serves as crucial guidance for contractors to meet federal standards and operational requirements, emphasizing the need for adherence to regulatory obligations to successfully execute government contracts.
Apr 3, 2025, 10:08 PM UTC
This government document details multiple Contract Line Item Numbers (CLINs) focusing on various non-personal service contracts. The primary services addressed include routine and emergency service calls, alongside preventive maintenance for barrier systems over a 12-month period. There are provisions for training and the maintenance of records, which must be submitted monthly before invoicing can be processed. The contractor is responsible for delivering routine service calls and handling emergency situations while maintaining an efficient reporting structure. Specific line items outline the expectations for preventative maintenance and include costs associated with these services, totaling an evaluated price of $97,900 for the contract. Instructions for offerors specify where to fill in pricing and inform them of regulations for option years, ensuring clarity in pricing related to future potential extensions. Overall, the document is structured to facilitate procurement and compliance within federal and state guidelines for service contracts, emphasizing transparency in pricing and the management of operational processes. The purpose is to ensure that contracting officers can accurately assess bids and manage contracts efficiently while maintaining oversight of expenditures and service quality.
This document details equipment specifications for vehicle barriers and control systems across various gates and buildings within a government facility. It lists gates with corresponding models, their types (mostly hydraulic), years of installation, and whether they include additional features such as pit heaters. The report highlights critical components in the facility's security infrastructure, including active vehicle barriers like crash beams and control panels. Operational status is confirmed for all listed equipment, which contributes to effective access control and safety. The summary includes information on the overall quantity of barriers designated for maintenance under a certain task order, totaling forty-four units, which indicates the scope of ongoing operational needs. Additionally, various traffic control systems and detection mechanisms are noted, supporting the secure management of vehicle flow within the premises. Overall, the provided information aligns with federal guidelines for security and operational readiness, serving as a baseline for maintenance and potential upgrades in future government projects. The document serves as both a reference for current operational capacity and a framework for addressing future security equipment needs as outlined in government RFPs and grants.
The document appears to contain corrupted or unintelligible content, making it impossible to extract coherent information, main topics, or key ideas. Due to this unclear presentation, it is not feasible to summarize or analyze in a meaningful way. There are indications of fragmented text symbols and potential formatting issues, preventing a comprehensive understanding of the intended subject matter or context related to government RFPs, federal grants, or state and local RFPs. Further clarification or a clean version of the document is needed to fulfill the summarization task effectively.
Apr 3, 2025, 10:08 PM UTC
The United States Space Force is seeking quotes for a Firm Fixed Price contract for maintenance and repair services of vehicle barrier systems at Peterson Space Force Base, under solicitation number FA251725Q0017. The contract requires the contractor to provide all necessary personnel, equipment, and materials for servicing various components of the barrier systems, ensuring compliance with military and federal standards. The procurement is a 100% small business set-aside with an emphasis on the North American Industry Classification System code for Electronic and Precision Equipment Repair. Quotes must be submitted by May 2, 2025, with adherence to specific formatting and content requirements. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) method, ensuring that only those quotations meeting technical standards will be considered. Performance period includes a base year with four options and a potential six-month extension. The solicitation outlines critical details regarding submission instructions, evaluation criteria, and required registrations in government systems, notably SAM.gov and Wide Area Workflow for payment procedures. This initiative represents the government's commitment to maintaining essential security infrastructure with small business participation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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 for completion. This procurement emphasizes the importance of maintaining safety standards in military infrastructure, and it is set aside for small businesses under NAICS code 238290, with a submission deadline of April 15, 2025, at 12:00 PM MT. Interested parties should direct inquiries to Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details.
KSCC 18-1525 Construct Vehicle Barriers
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 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.
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.
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.
Vehicle Barrier Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory, is seeking qualified small businesses to provide vehicle barrier maintenance and repair services at its facilities in Rome, Newport, and Stockbridge, New York. The procurement aims to ensure effective preventive maintenance, inspection, and minor repairs of operational vehicle barriers, which are critical for maintaining security infrastructure at Air Force installations. Interested contractors must demonstrate their capabilities and compliance with federal regulations, including providing a 24/7 support hotline and maintaining a 96% operational rate for barriers. Responses to this Sources Sought Notice are due by 3:00 p.m. EDT on April 23, 2025, and should be directed to Jennifer Calandra at jennifer.calandra@us.af.mil, with copies to additional contacts provided in the notice.
16 EWS Landscape Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a landscaping project at the 16th Electromagnetic Warfare Squadron (EWS) located at Peterson Space Force Base (SFB) in Colorado. The contractor will be responsible for providing all necessary labor, tools, materials, and transportation to enhance the outdoor space surrounding Building 2027, which includes the installation of native trees, shrubs, picnic tables, and waste disposal receptacles, while adhering to federal, state, and environmental regulations. This project aims to create a functional and environmentally conscious outdoor area for personnel, supporting operational needs and enhancing community amenities. Quotes are due by May 8, 2025, with a site visit scheduled for April 24, 2025; interested parties should direct inquiries to Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil.
USSPACECOM Building 1 Artwork
Buyer not available
The Department of Defense, through the U.S. Space Force's 21st Contracting Squadron, is seeking information from potential providers for artwork and branding services for Building 1 at Peterson Space Force Base in Colorado Springs, Colorado. The project involves the design, procurement, and installation of artwork that reflects the missions and heritage of USSPACECOM, with specific requirements for various wall configurations and mediums, including acrylic and metal prints. This initiative aims to enhance the aesthetic value of the command headquarters while aligning with operational themes related to space and military operations. Interested vendors must respond to the Sources Sought notice by April 9, 2025, and can direct inquiries to Cayce Moses at cayce.moses@spaceforce.mil or Amanda Davidson at amanda.davidson.5@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.
Concrete Jersey Barriers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of fifty (50) concrete Jersey Barriers for the 2d Security Forces Squadron at Barksdale Air Force Base in Louisiana. The barriers must meet ASTM C33 and ASTM C150 aggregate standards and include forklift slots for transportation, highlighting the importance of compliance with safety and quality standards in military operations. Interested small businesses must submit their quotes electronically by April 23, 2025, at 2:00 PM CST, and are encouraged to contact 2d Lt Caleb Schuelke at caleb.schuelke.1@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil for further details regarding the solicitation process.