VEHICLE BARRIERS MAINTENANCE AND REPAIR (VBMR) SERVICES at Edwards AFB
ID: FA930125R0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9301 AFTC PZIOEDWARDS AFB, CA, 93524-1185, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

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

    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is seeking qualified contractors to provide Vehicle Barriers Maintenance and Repair (VBMR) services. The procurement involves comprehensive maintenance and repair of critical vehicle barrier security systems, including quarterly preventive maintenance, emergency repairs, and annual refurbishment of various barrier systems and associated equipment. These services are vital for ensuring the operational integrity and security of base perimeter access points. Interested small businesses must submit proposals by December 5, 2025, with an estimated total contract value of $763,796.41 over a performance period from November 1, 2025, to October 30, 2026, including four option years. For further inquiries, contact Christopher Barnes at christopher.barnes.50@us.af.mil or Elsa N Ortiz Aguilar at elsa.ortiz_aguilar@us.af.mil.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines requirements for Vehicle Barrier Maintenance & Repair (VBM&R) Services at Edwards Air Force Base, CA. The contract, FAXXXX-25-R-XXXX, details a non-personal service for quarterly preventive maintenance and on-demand repairs of vehicle barrier systems, including actuators, control systems, and detection systems. Key responsibilities include adhering to specific maintenance schedules, manufacturer recommendations, and industry standards. The contractor must ensure a 96% operational rate for barrier systems, respond to emergency calls within six hours, and provide annual training to government personnel. Deliverables include service reports, quarterly status reports, and an annual summary report. The PWS also covers government-furnished support, general information regarding contractor personnel, security, safety, and environmental protection, as well as performance evaluation criteria with defined thresholds and corrective action procedures.
    This Performance Work Statement (PWS) outlines the requirements for Vehicle Barrier Maintenance and Repair (VB M&R) Services at Edwards Air Force Base, CA. The contract is for non-personal services, requiring the contractor to provide all necessary resources for quarterly preventive maintenance and on-demand repairs of active vehicle barriers and bollards. Key tasks include scheduled PM, emergency and routine service calls, corrosion control, and a one-time training session for government personnel. The contractor must adhere to specific response times for calls and maintain a 96% operational rate for barrier systems. The PWS details performance objectives, quality assurance measures, government-furnished services, personnel qualifications, and general information regarding hours of operation, security, and safety. Deliverables include service reports, quarterly status reports, and an annual summary report, all subject to government evaluation and performance assessment.
    This document outlines various financial and administrative processes, likely for government funding or procurement. It details procedures for processing payments, managing expenditures, and handling financial adjustments. Key sections include instructions for payment processing, specific coding for different types of financial transactions, and guidelines for managing funds. The document also addresses corrections, adjustments, and the allocation of funds across various categories. It appears to be a detailed procedural guide for financial operations within a governmental or grant-funded context, emphasizing accurate record-keeping and compliance with established financial protocols.
    The Department of the Air Force issued Amendment 003 to Solicitation FA930125R0009 for Vehicle Barriers Maintenance and Repair (VBMR) Services. This amendment re-opens the solicitation and extends the proposal due date to December 5, 2025, at 3:00 PM PST. The previous deadline was September 29, 2025. This extension is a direct result of a U.S. Government shutdown due to a lapse in appropriations, which occurred after the initial proposal due date. In the interest of fairness and equity, the government is re-opening the solicitation in accordance with FAR 15.206(c). Offerors who previously submitted proposals have three options: let their original proposal stand, submit a complete revised proposal, or withdraw their proposal. The Performance Work Statement (PWS Revision 3) and Service Contract Act Wage Determination 2015-5603, Revision 28, remain unchanged. All proposals, whether new or revised, must acknowledge receipt of this amendment and be submitted electronically to elsa.ortiz_aguilar@us.af.mil and christopher.barnes.50@us.af.mil. The procurement remains a 100% Small Business Set-Aside under NAICS code 811310.
    Amendment 002 to Solicitation FA930125R0009 by the Department of the Air Force revises the Performance Work Statement (PWS) for Vehicle Barriers Maintenance and Repair (VBMR) Services. Key changes include an extension of the proposal due date to September 29, 2025, 3:00 PM PDT, and updates to the PWS (Revision 3). These updates clarify emergency response times, minor repair parts calculation, barrier counting methods, technical specifications, and repair provisions for drop arms and bollards. The solicitation remains a 100% Small Business Set-Aside under NAICS codes 811310, 811219, and 561621. Offerors must acknowledge this amendment and comply with the revised PWS for proposal submission.
    Amendment 001 to Solicitation FA930125R0009 for Vehicle Barriers Maintenance and Repair (VBMR) Services extends the proposal due date from September 24, 2025, to September 27, 2025, at 1:00 PM PDT. This amendment also clarifies the pricing structure for Contract Line Item Numbers (CLINs) 0001 (Quarterly Preventive Maintenance for Bollards and Barriers) and 0002 (Bi-Annual Preventive Maintenance for Drop Arms), detailing quantities and unit pricing. It specifies equipment coverage including net barriers, bollards, and drop arms. Furthermore, it clarifies page limitations for Volume I proposal structure, allocating 15 pages for Technical Capability and 10 pages for Past Performance. Offerors are required to acknowledge receipt of this amendment in their proposal submissions, which are to be submitted electronically to elsa.ortiz_aguilar@us.af.mil and christopher.barnes.50@us.af.mil.
    This Performance Work Statement (PWS) outlines requirements for Vehicle Barrier Maintenance and Repair (VB M&R) services at Edwards Air Force Base, CA, and the Air Force Research Laboratory. The contract is for non-personal services, requiring the contractor to provide all necessary resources for quarterly preventive maintenance (PM) and on-demand repairs of active vehicle barriers and support equipment. Key tasks include scheduled PM, emergency and routine service calls, corrosion control, and a one-time training session for government personnel. The contractor must meet specific response times for calls, maintain a 96% operational rate for barrier systems, and adhere to strict quality control, safety, and security protocols. Deliverables include service reports, quarterly status reports, and an annual summary report. The government will provide utilities and security services, while the contractor is responsible for qualified personnel, environmental protection, and compliance with all applicable regulations.
    This document clarifies several questions regarding the Edwards AFB VBMR Services contract, addressing specifics of pricing and maintenance requirements. It confirms that painting costs for quarterly preventative maintenance (PM) visits should be equally divided among the four quarters rather than having a separate CLIN. The Not-To-Exceed (NTE) amount for minor repair parts is set at $150 per barrier per PM visit, totaling $600 for the four barriers in this contract. It also clarifies that manually retractable bollards are counted as single units for PM pricing, with specific counts provided for three buildings. The document confirms that the barriers at the AFRL, West, South, and North Gates are net barriers. For bi-annual drop arm maintenance, the quantity in the pricing table for CLIN 002 should be adjusted to 32 to reflect two services per year for 16 drop arms. Finally, it redefines CLIN 005 for "Over and Above" work, stating it will be used for unplanned repairs exceeding the minor repair threshold, with contractors submitting quotes as needed.
    The RFI question asks whether it is permissible to calculate the cost of included parts for Preventive Maintenance (PM) visits by multiplying the total number of barriers by a fixed rate of $150. Specifically, the example provided shows that if there are 4 barriers, the cost for parts in a PM visit would be 4 x $150 = $600. This query from a government RFI focuses on standardizing and simplifying the cost calculation for maintenance parts based on a quantifiable metric (barrier total).
    The document outlines the requirements for Preventative Maintenance (PM) and Emergency Service (ES) on hydraulic and electric barrier systems, as well as stationary bollards. The contract specifies quarterly preventative maintenance for the duration of the agreement. Preventative maintenance includes annual service for four barrier systems, with a limit of 40 hours per barrier per PM visit, totaling 160 hours for all four barriers. Emergency service calls are limited to 20 hours per call for parts and materials. Any repairs exceeding these thresholds will be classified as additional unscheduled work and require a separate Service Order and potentially additional funding. The document also lists the specific equipment covered under the scope of work, including various hydraulic and electric barrier systems (models HY-S, HY-X, and HY-L) and stationary bollards (model SD-S). This comprehensive service agreement ensures the ongoing functionality and safety of critical security infrastructure, with clear guidelines for both routine maintenance and urgent repairs.
    This government file addresses contractor questions regarding the RFI for EDWARDs AFB VBMR Services, clarifying several key aspects of the Statement of Work (PWS) and pricing. It confirms that the cost of annual painting should be integrated into the overall pricing for quarterly preventative maintenance (PM) visits, divided equally across all four quarters, rather than as a separate line item. The Not-To-Exceed (NTE) amount for minor repair parts is set at $150 per barrier per PM visit, with an aggregate allowance of $600 for the four barriers in the contract. Manually retractable bollards at specific buildings are counted as single units, with up to four bollards equating to one barrier for PM pricing. The document also clarifies that the barriers at the AFRL, West, South, and North Gates are net barriers, not steel plate wedge barriers. Biannual maintenance for the 16 drop arms means servicing them twice a year, totaling 32 services annually. Finally, it clarifies that CLIN 005 for "Over and Above work" is for unplanned repairs exceeding minor repair thresholds, with contractors submitting quotes as needed rather than pricing it upfront.
    The document clarifies page limitations for proposals submitted in response to a government RFI. Specifically, it addresses Section L.2, detailing the maximum page counts for two distinct sections within Volume I: Technical Capability and Past Performance. The Technical Capability section, which aligns with evaluation factors in Section M, is limited to 15 pages. The Past Performance section, requiring three relevant contracts from the last three years, is limited to 10 pages. The document explicitly states that these are separate page counts, not combined limits, ensuring that proposers understand they have distinct allocations for each section within their Volume I submission.
    This government solicitation, FA930125R0009, is a Women-Owned Small Business (WOSB) Request for Proposal (RFP) for Vehicle Barriers Maintenance and Repair (VBMR) services at Edwards Air Force Base, California. The comprehensive maintenance and repair services cover vehicle barrier security systems, including quarterly preventive maintenance, emergency repairs, and annual refurbishment of barrier systems, drop arms, and bollards. The contract includes a base period from November 1, 2025, to October 31, 2026, with four subsequent option periods extending through October 31, 2030, and a potential six-month extension. The estimated total award amount is $12,500,000.00. The solicitation outlines specific FAR and DFARS clauses, including requirements for electronic payment via Wide Area WorkFlow (WAWF) and limitations on subcontracting for small businesses. The NAICS code for this acquisition is 811310.
    Lifecycle
    Similar Opportunities
    183 CES Repair Vehicle Barriers
    Buyer not available
    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.
    5 Years Security Barriers System Inspection, Testing, Maintenance and Repair (ITMR), Kunsan AB
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a five-year contract focused on the inspection, testing, maintenance, and repair of the Security Barriers System at Kunsan Air Base. This procurement aims to ensure the operational integrity and reliability of security barriers, which are critical for maintaining safety and security at military installations. Interested contractors should note that the opportunity falls under the Facilities Support Services industry, with a NAICS code of 561210 and a PSC code of J095, indicating maintenance and repair services for metal barriers. For further inquiries, potential bidders can contact Kihyun Kang at kihyun.kang.ln@army.mil or 315-755-9303, or Kilchae Song at kilchae.song.ln@army.mil or 315-755-9310.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    ACTIVE VEHICLE BARRIER (AVB) AND GUARD BOOTH MAINTENANCE SERVICES
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Center, is seeking qualified firms to provide preventive and corrective maintenance services for Active Vehicle Barrier (AVB) systems, Guard Booths, and associated Access Control Point (ACP) equipment across various locations in Europe, including Germany, Belgium, the Netherlands, Romania, and Bulgaria. The procurement aims to ensure the operational readiness and reliability of critical security infrastructure at military installations. Interested firms are encouraged to contact Jordan Millsap at jordan.millsap@usace.army.mil or by phone at 256-895-1582 for further details regarding this sources sought notice, which is part of ongoing market research to identify capable service providers.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.