307th Gate Operator Replacement
ID: FA460825QS034Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4608 2 CONS LGCBARKSDALE AFB, LA, 71110-2438, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

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 quotes for the replacement of the gate operator at the Munitions Storage Area (MSA) entry control point at Barksdale Air Force Base in Louisiana. The project requires the contractor to provide all necessary labor, materials, and tools to replace the existing gate operator system, ensuring compliance with safety and environmental regulations while enhancing security and operational efficiency. This procurement is critical for maintaining secure access to military facilities, and it is set aside exclusively for small businesses under NAICS code 561621, with a size standard of $25 million. Interested vendors must submit their quotes electronically by July 25, 2025, following a mandatory site visit on July 15, 2025, and can direct inquiries to Contract Specialist SSgt Shakera Wilson at shakera.wilson@us.af.mil or (318) 456-3493.

    Files
    Title
    Posted
    The memorandum from the 2D Contracting Squadron at Barksdale Air Force Base provides details on Amendment 01 to Solicitation FA460825QS034, pertaining to the 307th Gate Operator Replacement project. The amendment updates the title of Attachment 02 - Statement of Work (SOW) from “2d Munitions Group” to “307th Maintenance Squadron,” effective July 8, 2025, and includes a revised SOW. A site visit for potential vendors is scheduled for July 15, 2025, at 10:00 AM CDT, with an RSVP requirement for attendance by July 14, 2025. Additionally, the response deadlines are extended, with questions due by July 16, 2025, answers provided by July 18, 2025, and quotes due by July 21, 2025. All inquiries regarding this amendment should be directed to the Contract Specialist, SSgt Shakera Wilson. This document emphasizes the ongoing procurement process within the Department of the Air Force and serves as an important communication for interested contractors regarding timelines and project specifications.
    The document is an amendment to Request for Proposal FA460825QS034 concerning the replacement of the 307th Gate Operator at Barksdale Air Force Base. Issued by the 2d Contracting Squadron, it primarily extends the quote submission deadline to 25 July 2025 and provides supplemental information, including responses to vendor inquiries, along with photographs of the existing gate and operator. The questions addressed cover various technical specifications, such as materials and construction methods for weather resistance, keypads, wiring, gate alignment, and safety mechanisms. It mentions specifications for the existing systems and clarifies no brand preferences for new installations. The amendment indicates the Air Force's intent to maintain system functionality while ensuring a high standard of safety and durability. For additional inquiries, vendors are directed to contact a designated Contract Specialist. Overall, this document serves as a formal communication to streamline the procurement process and facilitate vendor engagement in the gate replacement project.
    The RFQ FA460825QS034 outlines procurement procedures for services under Simplified Acquisition Procedures, requiring firms to be registered in the System for Award Management (SAM). Quotes must be submitted electronically to specified contacts and must include details such as validity, delivery dates, and the SAM Unique Entity Identifier. Offerors are instructed to provide a Technical Plan, limited to two pages, detailing compliance with environmental regulations for waste disposal and ground protection. Evaluation will be based on price and technical merit, with the lowest three quotes undergoing further technical assessments. The contract includes numerous Federal Acquisition Regulation (FAR) clauses that govern various compliance and operational standards, emphasizing environmental adherence and labor regulations. Among the regulations, those addressing subcontracting, possible procurement bans, and payment mechanisms are highlighted. Additionally, contractor responsibilities regarding safety on government installations and procedures for gaining access are explicitly articulated. The document emphasizes the importance of strict adherence to defined terms and conditions for offerors in securing a contract while ensuring environmental and occupational safety within government constraints. This solicitation exemplifies the structured and compliant nature of government procurement processes, ensuring adherence to legal, operational, and environmental standards.
    The file FA460825QS034 outlines a Request for Proposal (RFP) from the 2D Munitions Squadron for the replacement of the vehicle and personnel entry control point gate at the Munitions Storage Area in Barksdale Air Force, Louisiana. The current gate requires replacement to ensure serviceability and security. The contractor will be responsible for managing the project, providing necessary materials, labor, and ensuring compliance with environmental regulations. Key tasks include replacing a 1500lb rail-driven gate operator, weather-resistant materials, keypads, and wiring, as well as the installation of safety devices such as photoelectric beams and safety loops, which comply with UL 325 standards. The Munitions Squadron personnel will provide coordination and access during the contractor's work. The project is expected to enhance security features and ensure safe operation of the entry gate, highlighting the government's commitment to maintaining robust security measures at military facilities. This document serves as a critical framework for contractors interested in fulfilling this federal requirement.
    The 307th Maintenance Squadron at Barksdale Air Force Base requires the replacement of its Munitions Storage Area (MSA) gate to enhance security and operational efficiency. The contractor is tasked with providing all necessary resources for this project, including tools, materials, and labor, while adhering to environmental regulations. Key tasks include replacing the 1500lb Rail Driven Gate Operator and chain system, ensuring all materials are weather-resistant, and replacing existing keypads. Additional safety measures are mandated, including the installation of two new safety devices—photoelectric beams—along with two safety loops to ensure the gate operates safely and in compliance with standards. Local Munitions personnel will assist the contractor by coordinating schedules and ensuring operational security during the gate replacement process. The project highlights the military's commitment to maintaining secure and efficient access points at critical facilities.
    The document presents an extensive commentary on various federal and state requests for proposals (RFPs) and grants focusing on enhancing governmental operations and infrastructure. It outlines a series of strategic initiatives aimed at addressing critical needs including environmental assessments, safety regulations, and procurement processes. Key topics include compliance with federal standards for grant applications, the importance of public health considerations in project proposals, and the necessity for detailed planning and risk management in executing projects. The description stresses the collaborative efforts required among various stakeholders, including government agencies and private contractors, to ensure effective implementation. Moreover, the document underscores the significance of environmental assessments, particularly regarding hazardous material management, to safeguard public health and adhere to regulatory mandates. Essential maintenance and safety protocols are emphasized throughout the proposals to minimize health risks and foster sustainability. Overall, the file serves as a vital guideline for agencies seeking funding through RFPs while ensuring adherence to best practices and compliance with federal regulations, aimed at driving efficiency and safety in governmental operations and infrastructure projects.
    The document is a combined synopsis/solicitation from the Department of the Air Force for commercial repair services of the gate operator apparatus at Barksdale Air Force Base, Louisiana. This Request for Quotation (RFQ) is set aside for 100% small businesses, with the associated NAICS number being 561621 and a size standard of $25M. The requirement encompasses all labor and materials necessary for the repairs as specified in the attached Statement of Work. The contract will have a performance period of 60 days after the award. Quoters must comply with the Federal Acquisition Regulation (FAR) provisions, particularly those concerning wage determination and minimum wage requirements for contractors. Interested parties are to submit electronic quotes by email, with deadlines specified for questions and quote submissions. The government emphasizes that it retains the right to cancel the solicitation without incurring costs to the offeror. The selection will be based on an evaluation of quotes to determine the most advantageous option for the government. Key contacts for this contract include SSgt Shakera Wilson and Contracting Officer Thomas Hutchins, whose details are provided for interested vendors.
    The document outlines a Request for Quotation (RFQ) from the Air Force Global Strike Command for the repair services of the gate operator apparatus at the Munitions Storage Area entry control point at Barksdale Air Force Base, Louisiana. The solicitation, identified as FA460825QS019, is set aside for 100% small business participation, with a size standard of $25 million under NAICS code 561621. The contractor must provide all necessary labor and supplies as detailed in the attached documents, including the Statement of Work and Wage Determination. Key dates include a site visit scheduled for July 15, 2025, deadline for questions by July 16, and quotes due by July 21, 2025. The government emphasizes the importance of submitting competitive quotes, as the award will be based on the best value to the government. The document includes crucial information regarding compliance with Federal Acquisition Regulations (FAR), particularly concerning wages for contractor workers. Ultimately, this solicitation reflects the government’s commitment to ensuring timely and cost-effective repair services in line with federal guidelines.
    This document is a combined synopsis and solicitation for commercial repair services related to the gate operator apparatus of the Munitions Storage Area (MSA) entry control point at Barksdale Air Force Base, Louisiana. It is issued as a Request for Quotation (RFQ) and is exclusively set aside for small businesses under the NAICS code 561621, with a size standard of $25 million. The contractor is required to provide labor and materials within a 60-day period post-award. The solicitation includes specific instructions regarding compliance with Federal Acquisition Regulations (FAR), especially concerning wage determinations under Executive Order 14026. Interested vendors must submit quotes via email by July 25, 2025, and participate in a mandatory site visit on July 15, 2025. The evaluation will be based on the best value to the government, taking into account initial pricing responses. Critical deadlines and points of contact for further inquiries are also outlined in the document, ensuring clarity and transparency in the procurement process. Overall, this RFQ emphasizes compliance and fair pricing while facilitating services vital to Air Force operations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    RENOVATE CORROSION CONTROL HANGAR BLG 6626
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the renovation of the Corrosion Control Hangar Building 6626 located at Barksdale Air Force Base in Louisiana. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to repair or alter airfield structures as indicated by the PSC code Z2BZ. The opportunity is set aside for 8(a) sole source contractors, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can obtain further details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W9126G26RA042. For inquiries, contact Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    ELMR Transport Equipment Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the relocation of Enterprise Land Mobile Radio (LMR) equipment to a new Consolidated Communications Facility at Barksdale Air Force Base in Louisiana. The procurement is justified as a single-source acquisition due to the proprietary nature of the equipment, which can only be serviced and maintained by Motorola, the sole authorized vendor, as it possesses unique administrative configurations and warranty coverage. This relocation is critical as it aligns with the migration and demolition of legacy facilities, ensuring continued operational capability. Interested parties can reach out to Stephanie Prentice at stephanie.prentice@us.af.mil for further details regarding this opportunity.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    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.
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Base Alarm Services - Los Angles Air Force Base
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price (FFP) contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm system and surveillance equipment. This opportunity is critical for ensuring the security and operational readiness of the base, requiring expertise in network configurations and maintenance of proprietary software and equipment. Interested parties must submit an eight-page narrative detailing their capabilities by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    (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.