Security Gate System & Quarterly Preventative Maintenance
ID: H9224025QE005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

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

    The Department of Defense, through the Naval Special Warfare Command, is seeking quotations for the procurement and installation of a security gate system, along with quarterly preventative maintenance services at Camp Atterbury, Indiana. The project involves replacing the existing gate operating system for one entrance point and providing maintenance for two gates and four overhead doors over a five-year period. This procurement is crucial for enhancing security measures and operational efficiency at military installations, and it is set aside exclusively for small businesses under the Small Business Administration guidelines, with a NAICS code of 811310 and a size standard of $12.5 million. Interested offerors must submit their quotes electronically by May 12, 2025, and can direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Special Warfare Command at Ranges East-Camp Atterbury seeks to upgrade its security gate systems by replacing the existing operating system and implementing quarterly preventative maintenance for one entrance gate and additional overhead doors. The required new operating system must have specific capacities, including a 3/4 HP motor, accommodate gates up to 45 feet and 1200 lbs, and come with a 5-year manufacturer warranty. In addition to installation, the contractor must provide maintenance services that include operational inspections, adjustments, lubrications, and annual battery replacements for safety devices. Deliverables include quarterly maintenance reports as scheduled. Contractor personnel must be U.S. citizens and are responsible for securing access to military installations. The scope outlines a comprehensive Quality Control Plan to ensure compliance with safety and performance standards throughout the contract, which spans from a base year to four option years. The project underscores the government’s commitment to maintaining operational efficiency and safety through upgraded facilities and regular maintenance practices.
    The document appears to be a corrupted file containing fragmented information. However, it seems to be related to government procurement processes, specifically focusing on federal grants, RFPs (Request for Proposals), and possibly state and local proposals. The main purpose of such documents is typically to outline requirements for contracts or funding opportunities that government entities are offering to organizations or businesses. In government RFPs, the essential elements usually include project goals, scope of work, eligibility criteria for applicants, submission guidelines, evaluation criteria, and expected timelines. The rationale behind releasing RFPs is to ensure transparency and fair competition among potential contractors while fulfilling public sector needs efficiently. The fragmented sections suggest attempts to communicate specific procurement information that would guide the appropriate audience through process details, compliance requirements, and anticipated outcomes of funded projects. The overall tone indicates a formal approach, consistent with governmental communication standards. Despite the significant damage to the text, the structure likely intended to maintain clarity and facilitate understanding regarding federal and state funding processes, emphasizing compliance and readiness to fulfill governmental mandates.
    The document is a combined synopsis/solicitation (H9224025QE005) from the federal government, requesting quotations for the procurement and installation of a security gate system, along with quarterly preventative maintenance over a five-year period. It highlights that the contract is set aside for small businesses and specifies that interested bidders must register on the System for Award Management (SAM). The North American Industry Classification System (NAICS) code associated with this solicitation is 811310, with a small business size standard of $12.5 million. The solicitation outlines a structured approach to evaluation, focusing on the lowest priced technically acceptable (LPTA) bids. Offerors must submit quoted prices for multiple contract line item numbers (CLINs) and demonstrate their technical capability to meet the outlined requirements in the Performance Work Statement (PWS). The evaluation will prioritize technical completeness and adherence to proposal instructions, with a requirement for clear communication regarding potential exceptions to solicitation terms. Additionally, the document includes various federal acquisition regulations and clauses which will govern the contract process, ensuring compliance with overarching legal frameworks and standards.
    The document pertains to a government Request for Proposal (RFP) focused on replacing a gate and upgrading access control systems. Key inquiries address specific requirements for the replacement, including whether bollards are necessary for keypad protection, the need for new under-surface loops, and specifications for a slide gate. The information requests also seek existing documentation, such as photos or plans of the current gate, and clarification on the current state of access control and functionality of the overhead door controllers. Additionally, questions arise about the need for new cabling and pathways to support new equipment, as well as the condition of the security loops currently in place. Responses indicate that the gate is not new, noting its dimensions and clarifying that only some existing features function. A site visit has not been scheduled but can be arranged through specific contact information provided. This summary encapsulates the project's scope and details necessary for potential bidders to formulate accurate proposals while ensuring compliance with governmental requirements.
    The government solicitation H9224025QE005 outlines a Request for Quotation (RFQ) for the procurement and installation of a security gate system, along with yearly preventative maintenance. This solicitation is specifically set aside for small businesses, adhering to the Small Business Administration regulations, with a NAICS code of 811310, allowing for a revenue threshold of $12.5 million. Offerors are expected to submit quotes electronically, demonstrating their technical capability and competitive pricing under a Lowest Price Technically Acceptable (LPTA) evaluation method. Key submission guidelines include specifying pricing for various line items, including the security gate system and preventative maintenance options spanning multiple years. The solicitation emphasizes compliance with various federal regulations, including those related to telecommunications and child labor standards. Additionally, thorough representations and certifications are required regarding the offeror's capabilities, ownership structure, and adherence to ethical business practices, particularly concerning foreign product sourcing and corporate responsibility. This RFP signifies the government's commitment to securing services while fostering opportunities for small businesses within federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Santa Fe Front Gate Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting proposals for the Santa Fe National Cemetery Front Gate Repair project, aimed at restoring the functionality of the front gate operating system. The project requires the contractor to provide all necessary labor, materials, equipment, and supervision to repair both the entry and exit gates, including the installation of four MAX 11400 Operators with battery backup and concrete pads, while adhering to safety standards and minimizing disruption to cemetery operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by 1:00 PM EDT on December 19, 2025, and can direct inquiries to Michael Giaquinto at MICHAEL.GIAQUINTO2@VA.GOV. The estimated construction magnitude is below $25,000, and the work must be completed within 60 calendar days from the Notice to Proceed.
    Bldg 1023 cabinets & Rollup Doors
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the installation of cabinets and roll-up doors at Building 1023, located at Camp Lejeune, North Carolina. This project is restricted to specific contractors under the Maintenance and Repair Multiple Award Construction Contract (M&R MACC) and requires adherence to detailed specifications and environmental compliance guidelines. The estimated cost for this project ranges from $25,000 to $100,000, with a completion period of 180 days, and proposals are due by December 31, 2025, at 12 PM EST. Interested contractors should direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or call 910-451-2582 for further information.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    Garage Door Maintenance and Repair at American Lake VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for garage door maintenance, repair, and replacement services at the American Lake VA Medical Center in Tacoma, Washington. The project involves maintaining four existing garage doors and replacing two roll-up garage doors, which includes procurement, removal, disposal, and installation, all in compliance with OEM guidelines, OSHA safety standards, and NFPA codes. This opportunity is a total small business set-aside under NAICS code 238290, with a size standard of $22 million, emphasizing the importance of supporting small businesses in federal contracting. Interested vendors must RSVP for a mandatory site visit on December 12, 2025, and submit questions by December 29, 2025, with offers due by January 2, 2026; for further inquiries, contact Adam Hill at adam.hill3@va.gov or 360-553-7678.
    Fabrication and Delivery of Coffeeville Lock Lower Miter Gates and Spare Parts, Black Warrior-Tombigbee (BWT) Project Office, Tuscaloosa, AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the fabrication and delivery of lower miter gates and spare parts for the Coffeeville Lock as part of the Black Warrior-Tombigbee Project Office in Tuscaloosa, AL. The procurement involves providing all necessary supervision, labor, materials, and equipment to fabricate, paint, and deliver two miter gates, each approximately 55 feet tall and 62 feet wide, weighing around 445,000 lbs. The contractor will also be responsible for the removal of the old gates via barge at the time of delivery. This opportunity is a total small business set-aside under NAICS code 332312, with a size standard of 500 employees. The solicitation package is expected to be available for download on or about December 19, 2025, and interested parties should monitor the website https://piee.eb.mil for updates. For further inquiries, contact Sophia Chin at sophia.m.chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.
    53--DOOR,ACCESS,GENERAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the NSN 5340-01-386-8457, specifically a general access door. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    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.
    25--DOOR,VEHICULAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of vehicular doors, specifically NSN 2541016082973, under a total small business set-aside. The requirement includes two lines: 33 units and 1 unit of the vehicular door, both to be delivered to DLA Distribution San Joaquin within 120 days after order. These components are critical for maintaining the operational readiness of military vehicles. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Overhead Door Repair/Replace for Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for a Blanket Purchase Agreement (BPA) for Overhead Door Repair/Replacement on Fort Drum, NY. This service is used for repairing and replacing overhead doors in various buildings on Fort Drum. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238290. The BPAs will be evaluated annually and may remain in place for up to five years. Please respond via email with intent to participate.
    CANVAS DOOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of canvas doors as part of a combined synopsis/solicitation. The requirement includes eight units of a front port side door/panel, identified by NSN 2090-01-649-7499, which must be packaged according to military standards and delivered by February 1, 2026. This procurement is crucial for maintaining operational readiness and ensuring the integrity of marine equipment. Interested vendors must submit their quotes by December 24, 2026, and can direct inquiries to Yannick Kassi at Yannick.A.Kassi@uscg.mil, with all submissions requiring active SAM.Gov registration.