Combined Synopsis Solicitation Star Barriers
ID: FA301624Q5217Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)

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 seeking proposals from qualified small businesses for the procurement of STAR barriers to enhance security at Joint Base San Antonio (JBSA) installations. The requirement includes supplying 21 sets of STAR barriers for the 502nd Security Forces Squadron at Fort Sam Houston and 23 sets for the 802nd Security Forces Squadron at Lackland AFB, with each barrier designed to deter vehicle threats through a two-piece unit equipped with steel spikes. This procurement is critical for bolstering base defense and aligns with the JBSA Base Defense Plan, with quotes due by September 13, 2024, and evaluations based on a Lowest Price Technically Acceptable (LPTA) approach. Interested vendors should direct inquiries to Charles House at charles.house.3@us.af.mil or Brian Cooper at brian.cooper.18@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the procurement of STAR barriers at Joint Base San Antonio (JBSA) to enhance base defense against potential adversaries. The purpose is to supply the 502nd Security Forces Squadron at Fort Sam Houston with 21 sets and the 802nd Security Forces Squadron at Lackland AFB with 23 sets of these barriers. Each STAR barrier consists of a two-piece unit equipped with three steel spikes designed to stop threat vehicles. The mobile, portable barriers can be connected to form customizable blockades for traffic management. Key specifications include a height of 2 to 3 feet, a powder-coated safety yellow finish, and the capability for rapid deployment and retrieval. The document specifies the points of contact for project management and contracting, providing necessary details for proposal submissions. This procurement is critical for enhancing security measures at installation gates, thereby significantly deterring attacks against JBSA installations, aligning with the directive outlined in the JBSA Base Defense Plan.
    The document outlines a Request for Proposals (RFP) for supplying Star Barriers with a storage case intended for the 502nd and 802nd Security Forces Squadrons. It specifies the quantities required, stating 44 sets of 3-23” wide Star Barriers to be delivered to a designated military address in Texas. The total cost of the supplies is currently unspecified, indicating that pricing may be provided later. Additionally, it emphasizes that the delivery should be made on a Free on Board (FOB) Destination basis within 60 calendar days after the receipt of the order. The RFP may involve adjustments to the Contract Line Item Number (CLIN) structure before the award. This summary illustrates the need for specific security barrier equipment, reinforcing the government's procurement process in aligning with operational needs for military units.
    This document outlines a series of clauses and conditions incorporated by reference related to federal government contracts, primarily focusing on compliance with regulations and standards necessary for award and payment processes. It includes essential clauses addressing topics such as the System for Award Management Maintenance, requirements concerning the compensation of former officials, and terms for the electronic submission of payment requests via the Wide Area Workflow (WAWF) system. Key clauses highlight the prohibition of certain telecommunications equipment, adherence to the Buy American Act, and mandatory employee rights notifications, especially related to whistleblower protections. The document is structured into two main sections: clauses incorporated by reference, and clauses presented in full text, outlining specific definitions and obligations for contractors. The comprehensive nature and regulatory focus of these clauses demonstrate the government's commitment to transparency, accountability, and ethical practices in contracting processes. By ensuring contractors meet these requirements, the document serves as a critical resource for facilitating federal procurement and maintaining compliance with applicable laws and regulations.
    The document serves as a Request for Quotation (RFQ) from the U.S. federal government for the procurement of commercial items, specifically a 100% Small Business Set-Aside for 44 sets of 3-23" STAR BARRIERS with Storage Cases. It underscores adherence to the specified technical and pricing requirements, with quotes due by September 13, 2024. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, considering both price and technical specifications without interchanges, yet allowing for them if deemed necessary during evaluation. The offers must be submitted as detailed quotations to designated email addresses and hold firm for 90 days post-submission. The document includes several provisions regarding late submissions and the government's rights to cancel the solicitation without reimbursement obligations. Attachments include a Statement of Need, a Schedule of Supplies, and relevant provisions and clauses applicable to the solicitation. This RFQ illustrates the government’s commitment to engaging small businesses while ensuring strict compliance with federal contracting regulations and technical requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    63--Vehicle Barrier System
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection's Border Enforcement Contracting Division, is seeking qualified small businesses to provide a Vehicle Barrier System through a combined synopsis/solicitation process. This procurement aims to acquire commercial items that meet or exceed specified requirements, as detailed in the Statement of Work, to enhance border security operations. The selected vendor will participate in an online competitive reverse auction to submit pricing bids, with the solicitation closing on September 18, 2024, at 3:30 PM Eastern Time. Interested sellers must register on the Unison Marketplace and can direct inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    Solicitation for Concrete Jersey Barriers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of concrete jersey barriers to be delivered to Marine Corps Base Camp Lejeune in North Carolina. The requirement includes 200 four-foot and 300 eight-foot plain concrete jersey barriers, with specifications that adhere to the standards set by the North Carolina Department of Transportation. These barriers are crucial for enhancing site security and infrastructure at military installations. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by 2:00 PM on September 18, 2024, and can direct inquiries to Robert Anderson at robert.anderson@usmc.mil or by phone at 910-451-3011.
    Mobile Blast Deflectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the provision and installation of Mobile Jet Blast Deflectors (JBDs) at RAF Lakenheath in the United Kingdom. The project requires the contractor to deliver and install 200 linear meters of mobile jet blast barriers designed to withstand wind speeds of up to 100 mph and to be between 22 ft and 29.5 ft in height, ensuring the safety of personnel and equipment during aircraft operations. This procurement is critical for enhancing safety measures around the heavy cargo pad, protecting infrastructure from high-velocity exhaust from aircraft. Proposals are due by September 18, 2024, and interested vendors can contact Amn Tyler Menster at tyler.menster@us.af.mil or Joshua Johnson at joshua.johnson.164@us.af.mil for further details.
    MS ANG CRTC Vehicle Denial Barrier Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking qualified contractors to refurbish and upgrade the Front Gate Vehicle Denial Barriers at the Combat Readiness Training Center in Gulfport, Mississippi. The contractor will be responsible for providing all necessary personnel, equipment, materials, and quality control to ensure the barriers are restored to full functionality within a performance period of 120 days. This project is critical for enhancing security measures at the facility, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their quotes by 2:00 PM CDT on September 18, 2024, to the designated contacts, SMSgt Michael S. Hornbeck and Mr. James Nelson, via the provided email addresses.
    100 SFS Turnstiles & Barriers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of security infrastructure at RAF Mildenhall, United Kingdom. The project includes the installation of perimeter gate turnstiles, pedestrian gates, automated cantilever gates, and CCTV systems, aimed at enhancing security measures for the 100 Security Forces Squadron. This initiative is critical for preventing unauthorized access and ensuring the safety of personnel and vehicles at key locations within the military installation. Interested vendors must submit their proposals electronically by the specified deadline, with a focus on price and technical capability, and are encouraged to direct inquiries to Charles Kye at charles.kye.1@us.af.mil or Claire Switzer at claire.switzer.gb@us.af.mil. The completion of the project is expected before October 31, 2024, and proposals must adhere to the outlined Federal Acquisition Regulations and requirements.
    DEMOLITION/RELOCATION/INSTALLTION SERVICES T1 Sun Shelters JBSA Randolph
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition, relocation, and installation services for T-1 Sun Shelters at Joint Base San Antonio (JBSA) Randolph in Texas. The contractor will be responsible for transporting three rows (twelve bays) of aircraft shelters to designated footings and dismantling two additional rows (eight bays), which will become the contractor's property post-demolition, all in compliance with the Service Contract Labor Standards. This procurement is set aside exclusively for SBA Certified Women-Owned Small Businesses (WOSB) and emphasizes the importance of adhering to federal contracting regulations and labor standards. Interested parties must submit their quotes by September 17, 2024, following a mandatory site visit on September 12, 2024, and can contact Emily Deck Sanders at emily.decksanders@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil for further information.
    F-35 Jet Blast Deflectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the demolition of F-16 Jet Blast Deflectors and the installation of F-35 Jet Blast Deflectors at Naval Air Station JRB in Fort Worth, Texas. This procurement is part of a competitive process that has resulted in a Firm Fixed-Price contract awarded to Gutier, LLC, highlighting the importance of maintaining and upgrading military infrastructure to support advanced aircraft operations. Interested parties can reach out to primary contact Emily Crotta at emily.crotta@us.af.mil or by phone at 817-782-7832, or secondary contact Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil or 817-782-6194 for further details.
    Acton Dorm Security Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Acton Dorm Security Upgrade at Joint Base San Antonio – Fort Sam Houston. The project involves the installation and integration of advanced security systems, including replacement locking mechanisms, fob access systems, and upgraded camera surveillance in dormitory Building 1469, ensuring compliance with federal, state, and local codes. This initiative is crucial for enhancing the safety and security of dormitory facilities, with a total small business set-aside under NAICS code 561621. Quotes are due by September 20, 2024, and interested bidders are encouraged to attend a non-mandatory site visit on September 13, 2024, with registration required by September 10. For further inquiries, contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide modular furniture for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project entails the complete removal of existing furniture, installation of new workstations, and the establishment of a network infrastructure, including fiber and copper communication cables, with a completion deadline of August 27, 2024. This procurement is crucial for enhancing workspace functionality and ensuring compliance with Department of Defense standards, thereby fostering a modern and efficient work environment. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to attend a site visit on September 10, 2024; for further inquiries, they can contact Richard Jensen at richard.jensen.5@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.
    JBSA-Lackland Carwash Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the upgrade of the carwash facility at Joint Base San Antonio (JBSA)-Lackland in Texas. The project involves disconnecting existing automatic carwash equipment and installing a manual wash system equipped with a soap brush and trigger wand, aimed at enhancing operational efficiency and serviceability. This upgrade is critical for maintaining the functionality of vehicle maintenance operations within the military, ensuring that vehicles are properly cleaned and maintained. Interested small businesses must submit their quotes by September 18, 2024, and are encouraged to attend a site visit scheduled for August 29, 2024. For further inquiries, potential bidders can contact Kailah Kraus or Vivian Fisher via their respective emails.