Wrong Way Detection
ID: FA301025Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, USA

NAICS

Other Communications Equipment Manufacturing (334290)

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 a "Wrong Way Detection" system to enhance security at Keesler Air Force Base in Mississippi. This procurement aims to implement advanced detection capabilities at Installation Entry Control Points (IECP) to address increased incidents of vehicles entering outbound lanes incorrectly, thereby improving safety measures through the installation of visual and audio warning devices. The project emphasizes the use of radar or in-ground loop detectors, with specific requirements for system functionality, durability, and adaptability to future infrastructure changes. Interested small businesses, particularly those classified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), must submit proposals by March 6, 2025, and are encouraged to attend a site visit scheduled for March 14, 2025, at 9:30 AM CST. For further inquiries, contact SSgt Taylor Williams at taylor.williams.26@us.af.mil or 228-377-1814.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to a solicitation and modification of a contract involving the Keesler Air Force Base. The amendment extends the due date for quote submissions from March 27, 2025, to April 9, 2025, while updating several contractual clauses, especially regarding compliance with specific federal acquisition regulations. The document outlines how bids must acknowledge receipt of the amendment to avoid rejection, and it specifies the necessary modifications, including changes to delivery schedules and contractual terms. Key revisions include stricter guidelines regarding subcontractor responsibilities and compliance with federal law regarding employment practices. This amendment highlights the government's ongoing effort to enforce regulatory compliance while ensuring that contractors are well informed of their obligations. Overall, the amendment aligns with federal policies and reaffirms standards essential for transparency and integrity in public contracting processes.
    The document outlines potential locations for the installation of visual and audio warning devices and vehicle sensors on Division Street and Pass Road. It specifies areas designated for these technological enhancements, indicating the intention to improve safety measures for vehicles in two outbound lanes on each road. The proposed infrastructure aims to facilitate better traffic management and improve warning systems for incoming vehicles. By designating specific sites for these installations, the document supports the broader objectives of the federal and local government regarding public safety and resource allocation in urban planning. Overall, it highlights a focused initiative aimed at enhancing traffic safety through strategic technological implementation.
    The file addresses inquiries related to a Request for Proposal (RFP) for a vehicle detection system at Keesler Air Force Base. Key clarifications include that while radar and in-ground loop technologies are specified, alternative sensor technologies may be considered under the Statement of Work (SOW). Wireless communication between the detection system and the warning sign is prohibited, ensuring secure operation. Mounting to existing infrastructures is allowed pending approval, with compliance to safety regulations and existing security protocols necessary. Contractors must specify warranty and maintenance durations, with power supplies located at guard shacks. Sign specifications and placements may adapt based on traffic engineering principles, with a preferred plan for sign locations provided. The existing system at Pass Road will be dismantled, necessitating coordination for any structural modifications required to establish electrical connections. The document emphasizes considerations for material lead times and installation methods, stressing the importance of adherence to Keesler’s preferences for operational efficiency and safety.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract concerning "Wrong Way Detection" services for the Air Force. It includes essential details such as requisition number, contract and solicitation dates, contact information for inquiries, and the required submission for proposals. The contract is set for delivery by March 6, 2025, and details that the items must be delivered to designated locations with a strict list of FAR and DFARS clauses governing the procurement. The solicitation emphasizes adherence to socio-economic business classifications, such as Economically Disadvantaged Women-Owned Small Business (EDWOSB) and hints at a commitment to utilizing small businesses for government contracts. The significant sections cover the scope of work, pricing arrangements, and acceptance criteria, ensuring contractor compliance with specific regulations regarding inspection and reporting via the Wide Area Workflow system. The filing includes mandatory clauses for environmental safeguards and workplace safety, stressing the importance of compliance with DoD directives. Overall, the document serves as a comprehensive bid invitation aligned with federal contracting standards, showcasing the government's effort to include small businesses in defense procurement.
    The document outlines a procurement request for a Wrong Way Detection System at two Air Force gates in response to increased “gate runner” incidents. The primary aim is to enhance security at Installation Entry Control Points (IECP) by implementing sophisticated detection capabilities for outbound lanes. Key specifications include the use of radar or in-ground loop detectors, audible alarms, and visual alerts that meet distinct operational standards, including nighttime visibility from a distance of 30 feet. The system should be suitable for various vehicle sizes, withstand sub-tropical conditions, and incorporate commercial or solar power options. The installation must be adaptable for future infrastructure changes, ensuring ongoing security measures align with current threats. Contractor responsibilities include installation, system functionality checks, and provision of standard warranties and maintenance. This project underscores the military’s commitment to bolstering base defenses and prioritizing the safety of operations.
    Lifecycle
    Title
    Type
    Wrong Way Detection
    Currently viewing
    Solicitation
    Similar Opportunities
    Advanced Multiplexed Eddy Current Array
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    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.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@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.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23 Production
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of the Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23. This Request for Information (RFI) aims to identify companies capable of producing the AN/FMQ-23 weather systems, which are essential for accurately measuring and reporting various weather parameters in compliance with Department of Defense and Air Force standards. The production of these systems is critical for automated weather observations, supporting military operations and decision-making. Interested parties are encouraged to submit a capabilities package detailing their experience, production capacity, and compliance with ITAR by October 17, 2025. For further inquiries, contact Kathryn Mackessy at kathryn.mackessy@us.af.mil or Capt Christopher Thier at christopher.thier@us.af.mil.
    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 - Man-Portable Direction Finding System - REVISED
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting market research to identify potential sources for a Man-Portable Direction Finding (DF) System intended for Special Warfare operations. This system is crucial for Guardian Angel teams to rapidly locate isolated personnel emitting radio frequency (RF) signals, enhancing their operational effectiveness in critical situations. Key requirements for the system include high direction finding accuracy, a broad frequency range of 500 KHz to 6 GHz, a lightweight and rugged design, and interoperability with existing equipment, among other capabilities. Interested parties are encouraged to submit their responses detailing product capabilities and associated costs by January 2, 2026, to Jamie Sclafani at jamie.sclafani@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.