Schriever Vehicle Barriers Maintenance and Repair (VB M&R) Services
ID: FA255025QVBM1Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

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, through the U.S. Space Force, is seeking proposals for Vehicle Barriers Maintenance and Repair (VB M&R) Services at Schriever Space Force Base in Colorado. The procurement aims to secure comprehensive maintenance, inspections, and minor repairs for various vehicle barrier systems, ensuring their operational readiness and compliance with federal standards. These services are critical for maintaining security and safety at military installations, reflecting the government's commitment to effective infrastructure management. Interested vendors must submit their proposals, including technical and past performance documentation, by the specified deadlines, with inquiries directed to Linda A. Cummings at linda.cummings@spaceforce.mil or by phone at 719-567-5758.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the Vehicle Barriers Maintenance and Repair Services at Schriever Space Force Base outlines the contractor's responsibilities for preventative maintenance, inspection, and minor repairs of operational vehicle barriers. The contract requires comprehensive service to ensure barriers are fully functional, complying with military and federal standards. Key tasks include conducting regular maintenance, maintaining cleanliness around barrier systems, providing technical support through a 24-hour hotline, performing annual training for staff, and ensuring corrosion control measures are met. The PWS mandates that contractors maintain logs of maintenance activities and coordinate all scheduled work with government representatives. Emergencies must be handled promptly, with specific response times dictated for both emergency and routine service calls. Contractor personnel must possess specific qualifications, employing a lead technician responsible for overseeing work performed by barrier technicians. The PWS also stipulates adherence to safety and environmental regulations, mandating proper hazardous materials management and coordination with governmental entities on all operations. Overall, this document emphasizes the importance of operational readiness and compliance with strict regulatory standards to maintain security measures at the base.
    The document outlines a request for proposal (RFP) pertaining to preventive maintenance and service practices for vehicle barriers, categorized under various contract line item numbers (CLINs). It details the contractor's responsibilities, which include furnishing personnel, labor, equipment, and various other resources necessary for comprehensive maintenance in accordance with the Performance Work Statement (PWS). Each CLIN specifies the nature of the services—preventive maintenance, routine service calls, emergency service calls, and additional in-scope work—along with the quantity, unit of issue, and pricing arrangements, which are all on a firm fixed-price basis. It emphasizes adherence to the Service Contract Labor Standards (SCLS) for applicable service employee labor and wage determinations throughout the contract duration. The periods of performance extend from April 2025 to October 2030, with tasks outlined in compliance with specific sections of the PWS. The structure of the document is organized into sections for company information, acknowledgment of amendments, and detailed pricing arrangements for each CLIN. Overall, the document serves as a formal procurement blueprint for federal contracts concerning maintenance and emergency service of vehicle barriers, ensuring compliance with established legal and operational standards.
    The document is a Wage Determination Notice issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefits for contractors in Colorado's El Paso and Teller counties. It outlines wage rates for various occupations for contracts active from January 30, 2022, or those renewed thereafter. The minimum wage for covered workers will be at least $17.75 per hour in 2025, based on Executive Order 14026. Additionally, fringe benefits, such as a health and welfare rate of $5.36 per hour, are mandatory across all listed occupations. The report stipulates periods of service qualifications for vacation and holidays and mandates compliance with relevant labor laws. Specific classifications, like computer employees and air traffic controllers, have additional exemptions. The document serves as guidance for contractors to ensure fair compensation and adherence to federal labor standards, emphasizing the government's commitment to worker protection in federal contracts.
    The government file FA255025QVBM1 outlines provisions and clauses relevant to contracting services for federal acquisitions, particularly emphasizing essential contractor services during crises. Key topics include the definition of "essential contractor services," which support mission-essential functions, and the requirement for offerors to submit a written continuity plan addressing challenges during crises, such as pandemics. The document incorporates numerous clauses from the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Agency-specific regulations (AFFARS), detailing requirements about subcontractor relations, whistleblower rights, and safeguarding sensitive information. Significant clauses include provisions for contractor accessibility at military installations, the responsibilities of contractors regarding personnel identification, and continuity of operations plans during emergencies. The file underscores the government's focus on maintaining operational integrity through detailed contractor obligations, highlighting the importance of preparedness and adaptability in service delivery. These guidelines reflect the government's commitment to ensuring effective performance amidst disruptions, aligning with broader goals in federal procurement regulations.
    The document outlines the pricing matrix for the maintenance and repair of various vehicle barriers as specified in the federal RFP FA8003-18-R-0001. It details different types of barriers and their respective equipment, including hydraulic and electric systems, along with their model numbers, years of manufacture, quantities, and operational status indicators. The matrix includes specifications for active vehicle barriers, control systems, and associated technologies such as vehicle detection systems and interface panels. Central to this document is the emphasis on maintaining safety and functionality of the traffic control systems at designated facilities. This information is critical for assessing operational needs, budgeting for repairs, and ensuring compliance with federal standards during the procurement process, reflecting the government's focus on efficient resource management in public infrastructure maintenance.
    The 50th Contracting Squadron of the Space Base Delta 1 is soliciting bids for maintenance and repair services for vehicle barriers at Schriever Space Force Base (SSFB), Colorado. A significant factor in the evaluation of proposals will be the past performance of bidders, necessitating feedback from organizations that have previously worked with them. The document contains a Past Performance Questionnaire aimed at gathering this information, with a submission deadline set for XX March 2025. Respondents are encouraged to submit their completed questionnaires electronically, and detailed contact information is provided for queries. The scope of the required services includes preventive maintenance, inspections, and minor repairs for various vehicle barrier systems. This encompasses a range of technical elements such as actuators, control systems, and safety loops. The questionnaire also seeks essential details regarding the contractor, contract specifications, and performance evaluation ratings using a defined scale. Overall, this initiative underscores the federal government's focus on due diligence and quality assurance in procurement processes to ensure effective contractor performance for critical infrastructure maintenance.
    The document pertains to a government procurement effort led by the US Space Force, specifically the SpOC/50th Contracting Squadron. The focus is on requesting proposals for vehicle barrier maintenance and repair services, with a reference number of FA255025QVBM1. The procurement emphasizes experience in the maintenance and repair of vehicle barriers over the past three years, highlighting the need for quality comparative data relevant to this contract effort. The contact for this proposal is Linda Cummings, whose email and telephone are provided for further inquiries. The document indicates that it is controlled unclassified information, with distribution restricted to federal personnel only, emphasizing the confidentiality and sensitivity of the procurement process. Overall, the summary underscores the intent to solicit qualified vendors for a critical maintenance service to support operational security.
    This government file outlines guidelines and requirements for vendors submitting proposals in response to a federal RFP concerning vehicle barrier maintenance and repair services. The document details necessary vendor qualifications, including business information, the appropriate NAICS code, and adherence to FAR regulations. Key instructions emphasize the importance of a well-structured proposal, mandating a three-part submission: Technical (limited to 14 pages), Price (unlimited), and Past Performance (limited to three references). The evaluation process will focus on the best value for the government, assessing technical approaches, pricing structure, and past performance. Particular attention is given to the technical aspect, including a detailed response to service requirements, staffing plans, and essential contractor service plans for crisis continuity. Pricing must follow specified formats, with firm-fixed prices and detailed breakdowns. Past performance evaluations require documented references demonstrating relevant experience in similar projects. The entire proposal evaluation process aims to ensure completeness and the best outcome for government contracts, facilitating a fair competitive acquisition process according to established regulations. Overall, this document serves as a crucial guideline for potential vendors to understand submission expectations and evaluation criteria in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and repair services for Air Force vehicle barrier systems at Hurlburt Field, Florida. The contractor will be responsible for all personnel, labor, equipment, and materials necessary for the maintenance of these systems, which include actuators, control systems, and safety loops, ensuring compliance with federal, state, and local regulations. This contract is crucial for maintaining operational readiness and safety across military installations, with a performance threshold of 96% operational rate for the vehicle barriers. Interested parties, particularly Women-Owned Small Businesses, must submit their quotes electronically by February 28, 2025, and are encouraged to direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil, with a total acquisition ceiling of $25 million.
    Building 2024 LPS Repairs
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking qualified contractors for the repair of the Lightning Protection System at Building 2024. The project entails replacing four damaged air terminal masts and ensuring compliance with relevant codes, environmental mandates, and safety standards, with a contract duration estimated at 7 calendar days. This initiative is crucial for maintaining safety and regulatory compliance in federal facilities, emphasizing the importance of environmental responsibility in the contracting process. Interested small businesses must respond to the Sources Sought Notice by February 20, 2025, providing details on their capabilities, experience, and certifications, with inquiries directed to Aaron Smith at aaron.smith.103@spaceforce.mil or Ashton Smith at ashton.smith.4@spaceforce.mil.
    Buckley SFB Program Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Program Management Services at Buckley Space Force Base in Aurora, Colorado. The contract, designated as FA254325Q0005, aims to provide comprehensive program management support, including maintenance for facility utilities and dorm maintenance, with a total award amount of $25,500,000 over a performance period from March 30, 2025, to September 29, 2030. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations, including labor standards and subcontracting limitations. Interested contractors must submit their quotes by February 18, 2025, and can direct inquiries to Anna Mallett at anna.mallett@spaceforce.mil or Matt Kennedy at matthew.kennedy.24@spaceforce.mil.
    Sources Sought - Shop Floor Lift Installation
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking information from potential contractors for the installation of three shop floor lifts. This procurement is part of market research aimed at informing future installation projects, with a focus on compliance with federal, state, and local safety standards. Interested vendors must respond by February 20, 2025, providing feedback on the suitability of the NAICS code 238210, warranty details, and project timelines, as this opportunity is crucial for enhancing operational capabilities at the Space Force Base. For inquiries, interested parties can contact Zachary Hodges at zachary.hodges.10@spaceforce.mil or 719-556-0609, or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil or 970-688-8081.
    Modular Vehicle Barrier System Fairchild AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for a Modular Vehicle Barrier System at Fairchild Air Force Base. This procurement aims to acquire a system that enhances security and safety by providing effective vehicular barriers, which are critical for protecting military installations. The opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 332999, focusing on all other miscellaneous fabricated metal product manufacturing. Interested parties can reach out to Nathan Bond at nathaniel.bond@us.af.mil or 509-247-1970, or Patrick Rangel at patrick.rangel@us.af.mil or 509-247-4870 for further details.
    Commercial Solutions Opening - NSSL Space Vehicle Processing
    Buyer not available
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.
    27th LRS Vehicle BPA
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for a Blanket Purchase Agreement (BPA) to provide vehicle maintenance and repair services at Cannon Air Force Base in New Mexico. The contractor will be responsible for delivering non-personal vehicle repair services over a five-year period, ensuring compliance with industry standards and utilizing their own labor, parts, and tools. This procurement is critical for maintaining the operational readiness of the Air Force's vehicle fleet, emphasizing the need for reliable and quality repair services. Proposals are due by March 12, 2025, with questions accepted until February 20, 2025. Interested vendors must contact Gaige Macomber at gaige.macomber@us.af.mil or Logan Gaib at logan.gaib@us.af.mil for further details.
    Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) Request for Information (RFI)
    Buyer not available
    The United States Space Force (USSF) is seeking vendor information through a Request for Information (RFI) for the Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) to develop and operate infrastructure supporting OTTI ranges. The RFI aims to identify potential contractors capable of meeting specific requirements related to infrastructure design, facilities development, network infrastructure, integration, and IT services, with a minimum facility clearance of TOP SECRET required for submissions. This initiative is crucial for enhancing the operational capabilities of the USSF, reflecting the government's ongoing commitment to improving defense infrastructure. Interested vendors must submit their contact details by February 21, 2025, to the designated points of contact, Ashley Irizarry and Brittany Butler, with late submissions potentially being disregarded.
    30 CES Demolition Services for Buildings 886, 887, and 888
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The contractor will be responsible for all aspects of the demolition, including labor, materials, and the safe disposal of hazardous materials such as asbestos and lead-based paint, under a firm fixed price agreement valued at approximately $19 million. This procurement is crucial for maintaining operational safety and compliance with environmental regulations at the military installation. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Andrew Gabel or Kristofer Clark via their provided email addresses.
    PKB Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance services related to PKB Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for routine inspections, emergency repairs, and ensuring the functionality of the systems, with services scheduled to commence on February 5, 2025, and extend through September 30, 2030, including a base year and four option years. This procurement is critical for maintaining operational efficiency and security within military facilities, emphasizing compliance with safety and environmental regulations. Interested contractors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or (307) 773-3892 for further details and to ensure their proposals meet the outlined requirements.