Vehicle Barrier
ID: FA448425R0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

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

PSC

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

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 Vehicle Barrier Maintenance and Repair (VB M&R) Services at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The contract requires maintenance services for ten operational vehicle barriers, including preventive maintenance, inspections, and minor repairs, to ensure compliance with safety and operational standards. This procurement is crucial for maintaining the security infrastructure at military installations, reflecting the government's commitment to effective operational readiness. Interested small businesses must submit their quotes by 5:00 PM EST on February 6, 2025, and can direct inquiries to SSgt Hunter Shufflebarger at hunter.shufflebarger@us.af.mil or Patrick S. Duff at patrick.duff.1@us.af.mil.

    Files
    Title
    Posted
    The Vehicle Barriers Maintenance and Repair (VB M&R) Services Contract aims to ensure the proper functioning of operational vehicle barriers at Joint Base McGuire-Dix-Lakehurst through preventive maintenance, inspection, and minor repairs. Contractors are required to conduct initial PM services within 30 days post-award and maintain schedules for quarterly maintenance, following OEM specifications and Government guidelines. Key tasks include cleanliness of barrier pits, providing a 24-hour hotline for support, annual training for barrier operations, and corrosion control through painting. Government resources, including parts and emergency services, will be provided as needed but are not guaranteed. Personnel qualifications are specified, including a qualified Lead Technician and Barrier Technicians to execute tasks. Safety compliance with federal regulations is obligatory, and contractors are responsible for all communications regarding hazardous materials and any environmental incidents. Performance evaluation is to be monitored closely with operational rates set at a minimum of 96%. This contract reflects a commitment to maintaining security infrastructure effectively, highlighting a structured approach to service delivery and oversight within governmental operations.
    The document constitutes a request for past performance evaluation for a contractor considered for the Vehicle Barrier Maintenance and Repair project at Joint Base McGuire-Dix-Lakehurst, NJ. It outlines a questionnaire that aims to gather detailed performance metrics regarding the contractor's previous engagements. Respondents are asked to verify contractor information and assess the performance based on various criteria, including management capabilities, personnel maintenance, quality control, and problem-solving initiatives, using a rating scale from 0 (not applicable) to 5 (exceptional). Additionally, respondents are prompted to provide a narrative explanation for their ratings and answer questions regarding past contract issues and future award potential. The primary purpose of the file is to collect comprehensive performance data to inform the contracting officer's decision on the contractor's suitability for the upcoming project, ensuring adherence to government standards in selecting reliable vendors for federal contracts.
    The document addresses questions and answers related to the Request for Proposal (RFP) FA448425R0009 for vehicle barriers at Joint Base McGuire-Dix-Lakehurst. Key topics include the updated NAICS code to enhance proposal responses, site pass validity linked to ongoing work, and the requirement for equivalent paint due to the discontinuation of Grip-Tite paint. It clarifies that pricing for a specific Contract Line Item Number (CLIN) will not be included, accessibility to barrier quantity and specifications will be detailed in a provided template, and contractor certification by the barrier manufacturer is not mandatory. The document also outlines maintenance requirements, with a recent preventive maintenance date cited and emphasizes adherence to manufacturer specifications. Additionally, arrangements for a site visit post-award and guidance on roadway marking requirements are discussed. Overall, this RFP Q&A provides important clarifications essential for contractors to submit compliant and competitive bids for the vehicle barrier project.
    The document appears to be heavily encoded or corrupted, making it difficult to extract meaningful content directly. However, within the apparent communication gaps, it seems to reference topics related to government requests for proposals (RFPs) and grants, possibly concerning environmental assessments or construction projects. The generic structure observed indicates a discussion of technical specifications, procedural requirements, and compliance issues that typically accompany federal or state grant applications. It may outline project goals, necessary qualifications for bidders, and evaluation criteria for proposals related to construction or environmental services. Given the context of government RFPs, the focus likely revolves around ensuring that contractors meet specific environmental standards, project deadlines, and budget constraints while adhering to regulations. The document may serve as a guide for potential contractors to understand the requirements and expectations for submitting proposals related to environmental projects or infrastructure development. Overall, while the document is not fully accessible, it seems pivotal for informing stakeholders about essential compliance and procedural standards inherent in public sector construction or environmental initiatives.
    The document appears to be a corrupted or incomplete government file containing various metadata or formatting issues. Despite this, the content suggests discussions around federal RFPs (Requests for Proposals) and potentially local or state grant opportunities, hinting at the assessment or evaluation of proposals that may relate to environmental safety, infrastructure, or resource management. Key points that can be inferred include the need for integrity in project delivery, compliance with relevant regulations, and the importance of conducting thorough assessments—likely to mitigate risks associated with hazardous materials or structural concerns. There is an emphasis on ensuring safety during operations or modifications, particularly in historical contexts or federal projects. Overall, although the content suffers from readability issues, the core theme revolves around project management in the context of governmental proposals, stressing the necessity for adherence to safety standards and regulatory frameworks when engaging in municipal or federal initiatives.
    The document outlines the Offeror Representations and Certifications required for proposals in federal procurement for commercial products and services, as per FAR 52.212-3. It emphasizes the necessity for offerors to complete specific representations based on whether they have registered annually in the System for Award Management (SAM). The document defines critical terms such as "economically disadvantaged women-owned small business," "service-disabled veteran-owned small business," and "small disadvantaged business concern." It mandates various certifications on compliance with laws regarding labor, contract integrity, and business operations, especially concerning child labor and sensitive technologies. Additionally, it covers requirements related to domestic end products, Buy American standards, and certifications regarding tax liabilities, criminal convictions, and previous contract compliance. The purpose of the provision is to ensure that federal contracts are awarded to responsible and compliant entities, promoting fairness and supporting designated business categories like small, veteran-owned, and women-owned businesses. The detailed structure facilitates transparency and accountability in federal contracting processes while ensuring that offerors adequately represent their qualifications, ownership status, and operational integrity.
    The document outlines the proposal submission requirements for a government solicitation, emphasizing the necessity for a complete and self-sufficient proposal composed of three parts: pricing, technical information, and past performance data. The contracting officer anticipates healthy price competition but may require additional information if it diminishes. Submissions must address price proposals for a one-year base period plus five optional years, alongside relevant certifications and qualifications detailed in the Performance Work Statement (PWS). Past performance assessments focus on contracts within the last five years related to vehicle barrier maintenance, emphasizing quality and customer satisfaction metrics. Offerors must collaborate with clients to submit evaluations, with limitations on the number of references. The evaluation process prioritizes technical and past performance aspects over price, utilizing confidence assessments (ranging from substantial to no confidence) derived from performance relevancy categorizations. The process underscores the importance of comprehensive documentation to facilitate accurate assessments. Ultimately, the government reserves the right to select contracts deemed best value, potentially choosing offers that are not the lowest in price but show a satisfactory performance record. The document serves as a clear protocol for offer proposals under federal government RFPs.
    The pamphlet provided by the Joint Base McGuire-Dix-Lakehurst Antiterrorism Office serves to educate contractors on their role in enhancing security during their tenure on the base. It emphasizes the importance of vigilance and awareness in identifying suspicious activities that may indicate potential terrorist threats. Contractors are encouraged to monitor their surroundings, recognize authorized personnel, and report any unusual behaviors or circumstances, such as surveillance attempts, suspicious vehicles, or unauthorized acquisitions of military supplies. The document defines different levels of Force Protection Conditions (FPCON), outlining the varying degrees of security measures to be expected based on the threat level, from routine checks under FPCON Normal to heightened security during an imminent threat (FPCON Delta). The pamphlet serves as an essential guideline for contractors to contribute to the overall safety of the base and aligns with the government's overarching goal of mitigating terrorism risks. By empowering contractors to report and respond to threats, the document fosters a collaborative effort in maintaining security and situational awareness.
    The Department of the Air Force's Antiterrorism Guide for Contractors outlines essential guidelines and responsibilities for contractors operating at Joint Base McGuire-Dix-Lakehurst (JB MDL). It emphasizes the necessity of supporting Department of Defense (DoD) antiterrorism measures to protect personnel and resources against potential terrorist threats. Contractors are advised to conduct personnel security carefully and maintain strict control over personnel and equipment. Contracted personnel must participate in a DoD-approved Antiterrorism Level I training and are encouraged to report suspicious activities through various hotlines, including direct numbers for on-base security and off-base options. The guide defines types of suspicious activities to report, such as surveillance, elicitation, and dry runs, highlighting that vigilance is crucial in preventing terrorist acts. In case of observing suspicious activities, the document stresses the importance of not confronting the individuals but instead documenting relevant details to assist security forces. The guide promotes a culture of awareness, underscoring that anyone could become a victim of terrorism due to various circumstances. Overall, this guide serves to enhance security collaboration among contractors, ensuring a safe environment at JB MDL.
    The document serves as a Security Appendix for contractors working at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. It outlines the installation entry control procedures, emphasizing the need for criminal background checks for all contractors before granting access. All personnel must either complete a criminal history form or undergo a QWA Person Inquiry based on the duration of installation access. Guidelines are provided for issuing Installation Access Passes, Visitor Passes, and vehicle passes, detailing required documentation, and procedures for non-U.S. citizens. The access protocols cover employment requirements for contractors and subcontractors, including security clearances for restricted areas and guidelines for working near the flightline. In addition, it outlines the procedure for establishing temporary free zones within restricted areas for construction projects, with specific security measures and boundaries to maintain operational safety. The document highlights the rigorous security measures in place to protect the integrity of the base while facilitating necessary contractor access, demonstrating the commitment of the 87th Air Base Wing to maintaining strict security and compliance with federal guidelines.
    The 87th Medical Treatment Facility (MTF) at Joint Base McGuire-Dix-Lakehurst (JBMDL) outlines important protocols for providing urgent health care to contractor employees or agents injured while on duty. Urgent care, vital for preserving life and alleviating pain, will be facilitated at the MTF, with transfer to civilian facilities as necessary once stabilized. The financial responsibility for such medical care lies with the contractor or their employees rather than the MTF, U.S. Air Force, or government. Payment procedures include using an Air Force FORM 552 for billing, and if immediate payment is not possible, a statement of charges and letter of indebtedness will be issued. Contractor employees are required to promptly notify their medical insurance providers, ensuring that necessary documentation is provided for potential reimbursement. This guidance is crucial for establishing expectations regarding health care responsibilities within the context of federal and local contracting agreements.
    The document outlines the specifications and operational status of various security gate systems and traffic control mechanisms at military bases, specifically McGuire AFB, Fort Dix, and Lakehurst. It provides detailed descriptions of the types of gates (wedge and drop arm), their power mechanisms (hydraulic), and associated control panels, including model numbers and installation years. The report also covers the vehicle detection systems within the AVB traffic control systems and notable features such as warning systems and traffic lights. All equipment, as indicated, is operational with specific comments on various barriers and their certification status. The document serves as a status update potentially relevant for stakeholders involved in federal RFPs, grants, or state and local procurement processes focused on security infrastructure at military installations. It reflects the commitment to maintaining functional and compliant security systems within these facilities, ensuring they meet operational requirements and safety standards.
    The document outlines a solicitation for a government contract focused on commercial products and services, specifically for maintenance services of vehicle barriers under the Women-Owned Small Business program. It details requisition and contract numbers, effective dates, solicitation information, and points of contact for questions. The contract mechanism is established as a Request for Quote (RFQ), with a total award amount of USD 12,500,000. The scope includes routine preventative maintenance, service calls, and emergency repairs with specific quantities for each line item over multiple performance years. The period of performance ranges from March 2025 to February 2030, with detailed instructions regarding inspection, acceptance, documentation for invoicing, and compliance with various FAR and DFARS clauses. It also emphasizes the use of the Wide Area Workflow system for electronic invoicing. Special contract requirements include adherence to safety standards and regulations, prohibition of certain materials, and a commitment to utilizing small business concerns. The document serves to ensure the maintenance of essential service infrastructure while promoting participation from small and disadvantaged businesses within the governmental procurement process.
    This document outlines a solicitation for a contract designated for Women-Owned Small Businesses (WOSB) concerning the maintenance of vehicle barriers at Joint Base McGuire-Dix-Lakehurst, New Jersey. The request includes details such as the requisition number (FA448425R00090002), the effective date (January 10, 2025), and the offer due date (February 6, 2025). Services requested involve preventive maintenance, routine, and emergency service calls, with a total estimated award amount of $12,500,000. Outlined are specific line items for various service categories, noting quantities and the arrangement as firm fixed price. The document specifies delivery requirements with a performance period from March 1, 2025, to February 28, 2026, and options for subsequent years. The contractor is required to follow federal regulations regarding payments and safety standards on government installations, reflecting the government's commitment to engaging small businesses, particularly those owned by women, thus promoting diversity and economic opportunity within federal procurement. Overall, this solicitation reinforces the importance of proper maintenance for military infrastructure while adhering to statutory requirements for contractors.
    This government document is an amendment to a solicitation related to a contract for security services. The primary purpose of this amendment is to change the North American Industry Classification System (NAICS) code from 811310 (Commercial and Industrial Machinery Repair and Maintenance) to 561621 (Security Systems Services, except Locksmiths). Additionally, the due date for all offers has been extended to February 3, 2025. Notable instructions for bidders are provided, emphasizing the requirement to acknowledge receipt of the amendment before the specified deadline. The amendment maintains that all other terms and conditions of the original solicitation remain unchanged. Essential details include the contact information for the contracting officer and specifics regarding acknowledgment methods for amendments, ensuring stakeholders are well-informed for compliance. The document underscores the procedural and regulatory adjustments necessary in the contracting process, aligning with federal standards for RFP modifications.
    This document serves as an amendment to an existing solicitation, extending the deadline for offers to February 6, 2025. It provides guidelines for acknowledging receipt of the amendment, which must occur before the new deadline to avoid rejection of offers. The amendment contains instructions for contractors on how to modify previously submitted offers if necessary. The main body outlines criteria for contract modifications, including administrative changes and the need for signatures from both the contractor and the contracting officer. Overall, while the due date has changed, all other terms and conditions of the solicitation remain unchanged and in effect. The document focuses on ensuring compliance with federal procurement processes regarding solicitations and contracts.
    Lifecycle
    Title
    Type
    Vehicle Barrier
    Currently viewing
    Solicitation
    Similar Opportunities
    ACTIVE VEHICLE BARRIER (AVB) AND GUARD BOOTH MAINTENANCE SERVICES
    Dept Of Defense
    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.
    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.
    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.
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    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.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), VA
    Dept Of Defense
    The Department of Defense is soliciting bids for the repair of the Military Working Dog (MWD) Kennel Interior at Facility 1030, Joint Base Langley-Eustis (JBLE), Virginia. The project aims to completely overhaul the existing Heating, Ventilation, and Air Conditioning (HVAC) system and expand individual kennel cells to meet the requirements outlined in the Kennel Design Guide, addressing critical health and odor concerns. This renovation is vital for ensuring the well-being of military working dogs and maintaining operational standards at the facility. Interested contractors should note that the estimated project cost is between $1,000,000 and $5,000,000, with a pre-bid site visit scheduled for January 6, 2026, and bids due by January 22, 2026. For further inquiries, contact Callie J Compton at callie.compton@us.af.mil or 757-764-7228.
    Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair services related to electronic and precision equipment. This procurement aims to streamline the acquisition of supplies and services necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and relevant documentation by March 11, 2026, to be considered for inclusion in the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    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.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.