Vehicle Barrier System
ID: N6470925Q0025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSTRATEGIC WEAPONS FAC LANT FINANCIAKINGS BAY, GA, 31547-2634, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

SAFETY AND RESCUE EQUIPMENT (4240)

Set Aside

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

    The Department of Defense, through the Department of the Navy, is soliciting quotes for a Vehicle Barrier System under solicitation number N6470925Q0025, aimed at enhancing security at the Strategic Weapons Facility, Atlantic (SWFLANT) in Kings Bay, Georgia. The procurement seeks a modular, deployable barrier system capable of stopping large vehicle threats, including tractor-trailer attacks, at Entry Control Points (ECP), with specific requirements for safety certifications and ease of deployment by a single individual. This initiative underscores the importance of robust security measures at strategic installations while promoting small business participation in federal contracting, as the opportunity is set aside for small businesses under NAICS code 561621. Interested vendors must submit their proposals, including pricing and compliance with Federal Acquisition Regulations, within the specified timeframe, with contract awards expected approximately 30 days post-submission. For further inquiries, interested parties can contact the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or reach out to Yvette Tullock at YVETTE.TULLOCK@SWFLANT.NAVY.MIL or by phone at 912-676-2012.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Navy is soliciting quotes for a Vehicle Barrier System under solicitation number N6470925Q0025. This procurement aims to acquire a modular, deployable barrier system for the Strategic Weapons Facility in Atlantic, enabling rapid positioning to protect Entry Control Points from vehicular attacks. The system must meet several standards, including DHS Safety Act guidelines and ASTM certifications, with specifications for visibility, self-deployment, and transportability by one person. The supplier must deliver within 30 days of award to Kings Bay, Georgia. This request is set aside for small businesses, following FAR guidelines for commercial items, and includes details on quote submission requirements, evaluation criteria, and terms relating to telecommunication equipment, ensuring offers align with regulatory provisions. The overarching goal is to enhance security measures while utilizing federal procurement processes.
    The document outlines a Combined Synopsis/Solicitation for a Vehicle Barrier System (RFP N6470925Q0025) intended for the Strategic Weapons Facility, Atlantic (SWFLANT). The primary objective is to procure a deployable and mobile vehicle barricade system, capable of stopping substantial vehicle threats, including tractor-trailer attacks, for Entry Control Points (ECP). The procurement is set aside for small businesses under the NAICS code 561621, with a firm-fixed-price contract expected to be awarded approximately 30 days post-contract. Key requirements for the barrier system include compliance with specific safety certifications (ASTM-F2656-15, ASTM/PAS 68 & IWA standards), modular adaptability for various road widths, easy deployment by one individual, and low maintenance. The proposal must include a price quote, product specifications, and compliance with several Federal Acquisition Regulations (FAR). The solicitation emphasizes on-time quote submission and outlines a Low-Priced Technically Acceptable evaluation method, maintaining the government’s rights in contract performance and competitive procurement practices. This RFP reflects the government’s ongoing efforts to enhance security measures at strategic installations while supporting small business participation in federal contracting.
    The Strategic Weapons Facility, Atlantic (SWFLANT) plans to award a firm fixed price contract to Advanced Security Technologies, LLC for the MVB 3X Modular Vehicle Barrier System on a noncompetitive basis, citing that the vendor is the only known source capable of fulfilling the requirements. This action follows FAR 13.106 (b) for single source solicitation and is supported by authority from 10 U.S.C. 2304 (C) (1). The relevant NAICS code is 561621, and the PSC code is 4240. Interested parties may express interest and capability to respond by April 10, 2025, at 12 PM (EST), with any potential competition considered solely at the government's discretion. The government will not cover costs incurred in this notice's response. Vendors must be registered in the System for Award Management (SAM) to participate, and responses should be submitted via email. The document serves to inform potential vendors of upcoming contract opportunities and the government's current procurement strategy without inviting competitive quotes at this stage.
    Lifecycle
    Title
    Type
    Vehicle Barrier System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    99--WING FENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a wing fence, identified by NSN 1R-9999-LLKFYG619-E8. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, indicating that the contractor will bear the shipping costs until the goods are delivered to the designated location. This procurement is critical for maintaining operational readiness and support for naval systems. Interested contractors should direct inquiries to Danielle M. Junod at (215) 697-1138 or via email at DANIELLE.M.JUNOD.CIV@US.NAVY.MIL, as all contractual documents will be considered issued upon transmission through various electronic methods.
    14--CLEARBORE,MSL ALIGN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide 20 units of the CLEARBORE, MSL ALIGN, as indicated in the presolicitation notice. The procurement involves the delivery of these guided missile launchers to two locations: the Strategic Weapons Facility Pacific in Silverdale, WA, and the Trident Refit Facility in Kings Bay, GA. This equipment is critical for maintaining the operational readiness of naval weapon systems. Interested vendors should contact Amanda R. Hayward at (717) 605-5834 or via email at AMANDA.R.HAYWARD.CIV@US.NAVY.MIL for further details regarding the submission process and requirements.
    13--BULKHEAD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of bulkheads, classified under NAICS code 334511. The procurement aims to fulfill specific design, manufacturing, and performance requirements as outlined in the solicitation, which includes quality assurance measures and compliance with military standards. These bulkheads are critical components for naval applications, ensuring structural integrity in submarines and surface ships. Interested contractors should reach out to Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details, with proposals expected to be evaluated based on the lowest aggregate total price, including options for increased quantities.
    BERTHING CREW RACK
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of 57 Berthing Crew Racks, identified by NSN 7195 01-F18-5525, manufactured by SPEC-BUILT SYSTEMS, INC. This solicitation is a combined synopsis/solicitation for commercial items, and only the original equipment manufacturer or their authorized distributors are eligible to submit quotes, which must include verification of distributor status from the OEM. The items are crucial for the operational readiness of the Coast Guard's 418 FT WMSL vessels, and the delivery of the racks is required by February 18, 2026, with quotes due by December 22, 2025, at 12 PM EST. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with all specified requirements, including military packaging standards and invoicing through ipp.gov.
    25--TOWBAR,MOTOR VEHICLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 36 units of motor vehicle towbars (NSN 2540016586496). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for vehicular equipment components used in military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the delivery is expected to be completed within 213 days after order placement.
    Purchase and Installation of Heavy Duty Ramp
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide and install a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to facilitate safe access for trucks and boat trailers to an existing loading dock, requiring the ramp to support a minimum load capacity of 26,000 lbs and adhere to various safety and structural standards. This procurement is critical for enhancing operational efficiency and safety at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their offers by December 17, 2025, at 1:00 PM EST, and can contact Shawn Jenkins or Angela Barker for further details and site visit arrangements.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    PENETRATOR,ELEC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of an electrical penetrator, designated as "PENETRATOR,ELEC," through NAVSUP Weapon Systems Support Mechanicsburg. This contract involves the supply of specialized materials that are critical for shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of the ship itself. The procurement is classified under NAICS code 336612 (Boat Building) and PSC code 2040 (Marine Hardware and Hull Items), with a focus on ensuring compliance with stringent quality assurance and inspection requirements. Interested vendors should contact Christian Valdez at 717-605-3229 or via email at CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL for further details, noting that the solicitation includes a notice of total small business set-aside and emphasizes the importance of past performance in the evaluation process.
    Housing Access & Door Locking System
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    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.