Amended: Anti-Terrorism Portable Barriers
ID: FA480325Q0025Type: Solicitation
AwardedJun 20, 2025
$57K$56,955
AwardeeADVANCED SECURITY TECHNOLOGIES LLC Closter NJ 07624 USA
Award #:FA480325P0038
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Anti-Terrorism Portable Barriers to enhance security measures at Shaw Air Force Base. The barriers are required to be easily transportable, capable of blocking access to roads and entrances, and adaptable for various configurations to respond to dynamic security threats. This procurement is part of an ongoing effort to modernize security capabilities and is set aside for small businesses under the SBA guidelines, with a submission deadline of June 2, 2025, at 2:00 PM ESDT. Interested parties can contact Mar Rodriguez at maria_del_mar.rodriguez_martinez@us.af.mil or by phone at 803-895-9746 for further information.

    Files
    Title
    Posted
    The document pertains to Solicitation FA480325Q0025, concerning an Anti-Terrorism Portable Barrier. It includes responses to contractor inquiries regarding the bidding process and requirements for the project. Key points include the absence of a pre-bid meeting, the necessity for specifications detailed in an attachment, and the requirement for systems to be SAFETY Act certified and MASH TL-3 tested. These certifications ensure that the mobile security systems meet safety and performance standards essential for anti-terrorism measures. The document reflects standard procedures in federal RFPs, reiterating the importance of compliance with safety regulations while outlining the qualifications required for bidders.
    The document outlines the specifications for a Portable Barrier System and associated components, designed for anti-terrorism purposes at Shaw AFB. It specifies the procurement of 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. The system must be user-portable, capable of rapidly halting traffic, and able to set up multiple barriers simultaneously. It should operate independently of electricity, hydraulics, or batteries, and be easily transportable using a trailer with no additional equipment. The design must allow for flexible configurations based on security needs and have minimal maintenance requirements. This project highlights the government’s commitment to enhancing security measures through effective, portable solutions at critical checkpoints. The emphasis on ease of use, transportability, and minimal maintenance reflects practical considerations for rapid deployment in security operations.
    The document outlines the requirements for the acquisition of an Anti-Terrorism Portable Barrier System designed for use at Shaw Air Force Base. The barriers are intended for versatile applications including blocking trails, roads, and entrances to protect against potential vehicle-based attacks during public events. Key specifications mandate that the barriers be easily transportable by one person without additional equipment, capable of quickly shutting down vehicle access, and adaptable to various configurations to address security vulnerabilities. They must function independently of electrical or hydraulic power, include necessary transport trailers, require minimal maintenance, and withstand impacts while retaining protective capabilities. This request reflects a commitment to enhancing security and safety at installations during transitory events, aligning with federal guidelines for protecting public spaces.
    The document outlines the solicitation for a contract regarding the procurement of Anti-Terrorism Portable Barriers by the 20th Security Forces Squadron (SFS) for their operational needs at Shaw Air Force Base. It details the requisition number FA480325Q0025 and specifications for the required products, which include the Archer 1200 Barrier, Archer T-1000 Drop Deck Trailer, and Archer Arrestor Cable, emphasizing compliance with specific salient characteristics. The solicitation contains essential administrative details such as contractor information, delivery address, and invoicing procedures, including the Wide Area Workflow payment instructions. Key clauses from the Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) are incorporated by reference, covering topics such as unique item identification, anti-terrorism standards, and environmental requirements. Additionally, it includes guidance on contractor responsibilities regarding health and safety measures, access to Air Force installations, and necessary representations and certifications. This solicitation reflects the government’s ongoing commitment to enhancing facility security and ensuring that contracts are awarded to compliant vendors, particularly focusing on supporting women-owned small businesses where applicable.
    The document outlines a solicitation for an Anti-Terrorism Portable Barrier System, issued under the Women-Owned Small Business (WOSB) program. The requisition number FA480325Q00250004 highlights specifications for the required barriers, focusing on enhancing security forces' capability to deploy protective measures dynamically. The proposal includes detailed instructions for submission, contract terms, and a payment process that utilizes the Wide Area Workflow (WAWF) system for electronic invoicing. Key stakeholders, including contracting officers and points of contact, are identified, and the document specifies compliance with various federal regulations related to small business participation, environmental considerations, and safety protocols. The submission deadline is set for June 2, 2025, indicating an ongoing effort to modernize security capabilities while ensuring adherence to federal contracting standards and encouraging participation from economically disadvantaged and women-owned businesses. Overall, the solicitation reflects the government's commitment to enhancing security measures while promoting small business engagement in federal contracts.
    This document is an amendment to a solicitation pertaining to federal contracts, specifically modifying known terms and conditions. The amendment indicates whether the deadline for receiving offers is extended, with instructions for bidders on acknowledging receipt of the amendment. Key actions include submitting acknowledgment through specified methods or modifying an existing offer if desired, ensuring all submissions align with the solicitation's identifier. The document also includes an administrative change section and provides updated contact information for the contracting officer. Additionally, the amendment introduces new attached materials, specifically addressing contractor questions and responses to aid potential bidders. The overall purpose is to ensure clarity and compliance in the solicitation process while maintaining previous contract stipulations.
    This document serves as an amendment to a government solicitation, specifically notifying of a change in the response due date. The original deadline for receiving offers was set for May 19, 2025, which has now been extended to May 28, 2025, at 1400 EDT. Offerors must acknowledge receipt of this amendment prior to the new deadline through specified methods, such as completing items on the amendment form or through electronic communication referencing the solicitation and amendment numbers. The terms and conditions of the original solicitation remain unchanged, maintaining their full force and effect. The document includes necessary administrative details such as contact information for the contracting officer and relevant project identifiers. Overall, this amendment is part of the standard process of managing solicitations in government contracting, ensuring that all parties are informed of critical changes in timelines while upholding existing contract terms.
    The document addresses amendments and modifications to a federal solicitation for contract services related to a mobile security system. It outlines critical instructions for contractors regarding the acknowledgment of amendments and submission of offers, emphasizing the importance of timely communication to prevent rejection of proposals. Key amendments include extending the response deadline from May 28, 2025, to June 2, 2025, and updating the solicitation with new salient characteristics and specific requirements for a portable barrier system. Moreover, line items relating to certain products have been removed or revised, including the deletion of two items and the introduction of a revised technical narrative requirement for offerors. This narrative should detail how the proposed solutions meet established standards within five pages. The evaluation criteria prioritize price and technical acceptability, with an emphasis on compliance with the updated requirements outlined in the new attachment. The document serves as an official notice for contractors to adjust their proposals and ensure adherence to the latest specifications, reflecting the government's ongoing procurement processes within its contracting framework.
    This document is an amendment to a solicitation regarding a federal contract, specifically amending the offerings related to CLIN 0001. The primary changes include correcting the quantity from 8 units to 1 lot and updating the unit of measure from "each" to "lot." The amendment ensures that the revised solicitation document is available for bidders to appropriately calculate pricing for the affected line item. Importantly, the deadline for proposal submissions remains unchanged, due by June 2, 2025, at 2:00 PM ESDT. Offerors are reminded to acknowledge receipt of this and all prior amendments (0001 through 0004) to ensure their submissions are considered valid. All other terms and conditions of the original contract remain intact. This amendment highlights the procedural requirements for acknowledging amendments while providing clarity on specific line item adjustments significant to the bidding process within federal procurement.
    Similar Opportunities
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    Request for Information (RFI) for Passive Defense Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for passive defense solutions aimed at countering threats posed by Group 1-3 Unmanned Aerial Systems (UAS) to USAF assets. The Air Force is seeking industry input on solutions that utilize Camouflage, Concealment, Deception, and Hardening (CC&D+H) measures, with an emphasis on low-cost, user-friendly, and rapidly deployable options that can integrate with existing systems. These solutions are critical for enhancing the protection of Air Force assets by reducing spectral and visual signatures while ensuring operational continuity. Interested vendors are required to submit a five-page response detailing their company overview, proposed solutions, technical approaches, performance data, and cost/schedule by December 22, 2025, at 1600 EST. For further inquiries, vendors may contact Timothy Overby at timothy.overby.1@us.af.mil or Jennifer Judkins at jennifer.judkins@us.af.mil.
    Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking sources for an Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system intended for Foreign Military Sales (FMS) to Egypt. The procurement aims to identify qualified vendors capable of providing a SIGINT system that can detect, geo-locate, and intercept various communication devices, including push-to-talk radios, satellite phones, and cellular phones, all while mounted on an aircraft operating at altitudes up to 7,000 meters. This system is crucial for enhancing border security and anti-terrorism efforts for partner nations. Interested parties must submit their capabilities and Rough Order of Magnitude (ROM) pricing by 4:00 p.m. Eastern Standard Time on December 18, 2025, to the primary contact, Thien-Trang T. Tran, at thien-trang.t.tran.civ@army.mil.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    Building 254 Roll-Up Door #2
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a roll-up door for Building 254 at Little Rock Air Force Base in Arkansas. This procurement is classified as a sole source requirement, indicating that the goods are essential and can only be provided by a specific supplier, as detailed in the attached justification document. The roll-up door is a critical component for maintaining operational efficiency and security at the facility. Interested parties can reach out to Ryan Wagner at ryan.wagner.10@us.af.mil or by phone at 501-987-3842 for further information regarding this opportunity.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.