ANC Gate & Overhead Door Maintenance Solicitation
ID: W91QV1-25-R-0025Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BELVOIRFORT BELVOIR, VA, 22060-5116, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for gate and overhead door maintenance services at Arlington National Cemetery (ANC) in Virginia. The contract requires the contractor to perform preventive maintenance and repairs on 13 gates and 52 overhead doors, ensuring at least 95% operational efficiency, with a focus on safety, quality control, and compliance with security regulations. This procurement is a total small business set-aside, with proposals due by March 10, 2025, following a site visit on February 19, 2025. Interested parties can contact Kiara Johnson at kiara.johnson3.civ@army.mil or Oswald Pascal at oswald.pascal.civ@army.mil for further details.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a non-personal service contract focusing on gate and overhead door preventive maintenance and repair at Arlington National Cemetery (ANC), Virginia. The contractor is responsible for all personnel, equipment, and materials needed for quarterly maintenance and repairs on 13 gates and 52 overhead doors, ensuring their safe and continuous operation. The contract includes a base period of 12 months with two 12-month option periods, totaling a maximum of 36 months. Key objectives include maintaining at least 95% operational efficiency of the gates and doors, implementing a Quality Control Plan (QCP) to monitor service standards, and responding to service calls within specified timeframes. Security requirements mandate contractor personnel undergo background checks and comply with ANC regulations. Significant attention is given to reporting and documentation, with mandatory submission of various reports detailing maintenance schedules, costs estimates, and service results. The agreement emphasizes adherence to safety, environmental compliance, and national security regulations throughout the contract duration, highlighting the critical role of quality assurance in service delivery. This comprehensive approach underscores the importance of maintaining high standards in an environment of high visibility and sensitivity, consistent with ANC's mission and significance.
    The government file details a Request for Proposals (RFP) for gate and overhead door maintenance services at Arlington National Cemetery (ANC). The solicitation (W91QV125R0025) was issued on February 10, 2025, with a due date for offers set for March 10, 2025, at 12:00 PM. This procurement is a 100% Small Business Set-aside, emphasizing the requirement for a technically acceptable proposal that meets a line-by-line evaluation against the Performance Work Statement (PWS). Proposals must include both a technical and pricing component, limited to five pages. A site visit for potential bidders is scheduled for February 19, 2025. The document outlines two primary job requirements: preventative maintenance of gates and garage doors, along with provisions for emergency services, repairs, and parts, all following a firm-fixed-price (FFP) model. Included in the RFP are negotiation rights regarding discussions and proposals, mandatory compliance with relevant Federal Acquisition Regulations (FAR), and various specific clauses that govern contractor obligations. The emphasis on technical acceptability, fair pricing, and compliance underlines the government's commitment to acquiring quality services while supporting small businesses in the process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ANC Grave Liner Solicitation
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command, is soliciting proposals for the provision of grave liners and installation services at Arlington National Cemetery. This procurement aims to secure the creation, delivery, and installation of various grave liners, with an emphasis on technical capability, quality control plans, and cost-effectiveness, while prioritizing participation from small businesses, particularly service-disabled veteran-owned and women-owned firms. The initiative underscores the government's commitment to ensuring dignified burial services while fostering small business engagement in federal contracting. Interested parties must submit their proposals by February 12, 2025, and can direct inquiries to Kiara Johnson at kiara.johnson3.civ@army.mil or Oswald Pascal at oswald.pascal.civ@army.mil.
    ARLINGTON NATIONAL CEMETERY PHASE III CEMETERY EXPANSION
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the Phase III Cemetery Expansion at Arlington National Cemetery. This project encompasses an approximately 60-acre expansion, which will create over 80,000 additional interment spaces, including various types of burial options, and will involve the construction of new roadways, sidewalks, and facilities such as a visitor screening area and public restrooms. The expansion is crucial for accommodating the growing need for interment spaces at this historic site. Interested contractors should note that a pre-proposal conference and site visit is scheduled for January 29, 2025, at 10 AM, and they can reach out to Synease McArthur or Candace Lotomau for further inquiries.
    Hangar Doors Maintenance & Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors for maintenance and repair services of hangar doors at Hunter Army Airfield and Fort Stewart in Georgia. The contract, structured as a non-personal services arrangement, requires the contractor to provide all necessary personnel, supplies, and equipment to ensure compliance with federal, state, and local regulations, while maintaining operational access for personnel and aircraft. This opportunity is critical for sustaining the functionality of military infrastructure, emphasizing the importance of safety and adherence to manufacturers' specifications. Interested parties should contact Lacey Turner at lacey.m.turner2.civ@army.mil or Sheung Li at sheung.c.li.civ@army.mil for further details, as this procurement is set aside for small businesses under the SBA guidelines.
    Hangar Door Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance of hangar doors at Eglin Air Force Base, Florida, under a contract valued at approximately $12.5 million. The contract requires quarterly inspections and preventative maintenance of two HydroSwing doors and one Wilson bi-fold door over a base year and four option years, ensuring operational reliability and compliance with safety standards. This procurement is particularly significant as it supports the operational capabilities of military facilities, emphasizing the government's commitment to utilizing small businesses, including those owned by women and economically disadvantaged individuals. Interested contractors must submit their offers by February 18, 2025, and can direct inquiries to Amn Alexander Maravilla at alexander.maravilla@us.af.mil or by phone at 850-882-0279.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Buyer not available
    The Department of Defense, through the Headquarters Mission Installation Contracting Command, is seeking qualified contractors for the National Capital Region Multiple Award Task Order Contract (NCR MATOC), aimed at providing maintenance, repair, and minor construction services across seven U.S. Army installations, including Arlington National Cemetery. The contract will encompass a five-year base period with two additional one-year options, totaling seven years, and is intended to support Sustainment, Restoration, and Modernization (SRM) projects, ensuring compliance with safety and environmental regulations. Interested firms are encouraged to submit capability statements by February 17, 2025, with the contract award anticipated by January 1, 2026. For further inquiries, contact Dawn Evans at dawn.i.evans.civ@army.mil or Starletta Redden at starletta.r.redden.civ@army.mil.
    Door, Tent
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting quotations for the procurement of 67 units of a tent door, identified by National Stock Number (NSN) 8340-01-440-8885, under a firm fixed price contract set aside for small businesses. This procurement is crucial for ensuring compliance with military standards, as the tent doors will be utilized in various defense operations, requiring adherence to specific military packing and preservation standards. Interested contractors must submit their quotations by February 17, 2025, with delivery to Pine Bluff, Arkansas, and can direct inquiries to Danielle Campbell at danielle.r.campbell9.civ@army.mil. The procurement emphasizes small business participation and includes a Technical Data Package (TDP) for authorized entities.
    Overhead Door Repair/Replace for Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for a Blanket Purchase Agreement (BPA) for Overhead Door Repair/Replacement on Fort Drum, NY. This service is used for repairing and replacing overhead doors in various buildings on Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238290. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Buyer not available
    The Department of Defense, through the Headquarters, Mission Installation Contracting Command, is seeking qualified contractors for a Firm Fixed-Price Multiple Award Task Order Contract (MATOC) aimed at providing maintenance, repair, and minor construction services across seven military sites in the National Capital Region, including several U.S. Army Garrison locations and Arlington National Cemetery. The contract will support various Sustainment, Restoration, and Modernization (SRM) projects, encompassing a wide range of engineering disciplines such as architectural, civil, electrical, and mechanical work, ensuring the upkeep and enhancement of military infrastructure. Interested firms are encouraged to submit capability statements by February 28, 2025, to demonstrate their qualifications and experience, as the government aims to assess potential competition and small business involvement prior to the contract award, which is anticipated by January 16, 2026. For further inquiries, interested parties may contact Dawn Evans at dawn.i.evans.civ@army.mil or Starletta Redden at starletta.r.redden.civ@army.mil.
    Roller Curtain Door
    Buyer not available
    The Department of Defense, specifically the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified small businesses to supply a motor-operated stainless steel roller curtain door for the USS OAK HILL LSD-51. The procurement requires the delivery of one unit with specific dimensions of 11 feet by 13 feet 6 inches, to be completed by July 25, 2025, with shipping costs included in the proposal. This contract is critical for maintaining operational readiness and safety standards within naval operations. Interested vendors must submit their proposals by December 20, 2024, and can direct inquiries to Erica Crandall at erica.collins1@navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil.
    Automatic Door Modification Service
    Buyer not available
    The Department of Defense, specifically the Naval Support Activity (NSA) Crane, is seeking qualified contractors to provide Automatic Door Modification Services, focusing on the procurement and installation of automatic door operators at Building 2036 in Indiana. The project aims to enhance accessibility by ensuring compliance with the Americans with Disabilities Act (ADA) and Equal Employment Opportunity (EEO) requirements, which includes installing new automatic doors, repairing existing concrete structures, and maintaining safety and quality standards throughout the installation process. This initiative is part of the federal government's broader commitment to improving infrastructure accessibility and safety within government facilities. The total award amount for this contract is approximately $47 million, with a target due date for offers set for February 17, 2025, and a required completion date of March 31, 2025. Interested parties can contact Kelly Kapanzhi or Kacey Jones at kacey.l.jones5.civ@us.navy.mil for further information.