POL Gate Renovation
ID: W50S7G25BA002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NJ USPFO ACTIVITY MOANG 139SAINT JOSEPH, MO, 64503-9307, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the renovation of the POL Gate at the 139th Airlift Wing in St. Joseph, Missouri. This project, designated as a total small business set-aside, involves the installation of a new motorized cantilever gate with a digital keyless entry system, along with the removal of the existing gate and necessary electrical and safety upgrades. The contract duration is set for 180 calendar days, with a construction budget estimated between $25,000 and $100,000, emphasizing compliance with safety, environmental, and security regulations throughout the process. Interested contractors must submit their proposals by April 30, 2025, and are encouraged to contact Joshua R. Zachariah at joshua.zachariah.2@us.af.mil or Adam D. Danner at adam.danner.1@us.af.mil for further inquiries.

    Files
    Title
    Posted
    The document outlines protocols and requirements for contractors working with hazardous materials at the Missouri Air National Guard's Rosecrans Air National Guard Base. It includes two primary sections: Part I details a Contractor Hazardous Material Identification Form, which must be completed before work begins, ensuring all hazardous materials used are documented and disposed of according to regulations. Part II specifies closeout procedures requiring contractors to have an Environmental Manager accompany them during a site inspection to confirm all hazardous materials are removed. Furthermore, it details extensive security protocols, including the necessity for valid identification, vehicle access requirements, background checks, and escorts for unbadged individuals. Contractors are prohibited from bringing weapons, explosives, and certain drugs onto the base. The document also emphasizes compliance with traffic safety regulations and procedures for reporting incidents. It culminates in instructions for handling medical emergencies and severe weather conditions. Overall, the document serves to ensure contractor adherence to safety, environmental, and security regulations while operating on a military installation, reflecting the stringent oversight expected in government contracting contexts.
    The document outlines the details for a pre-bid conference related to the "POL Gate Renovation" project at the 139th Airlift Wing in St. Joseph, MO, under Solicitation W50S7G25BA002. The project is a 100% small business set-aside with a construction budget between $25,000 and $100,000. Bidders must be registered with SAM to participate. Key project requirements include safety compliance with OSHA regulations, environmental management practices, and security protocols, including background checks for personnel. Contractors are tasked to demolish an existing gate, install a new sliding gate system, and update access controls while adhering to specific base operational guidelines, such as managing foreign object debris on the airfield. Bids are due by April 30, 2025, emphasizing the need for submissions that follow specified formats, including the proper completion of the SF 1442 form and acknowledgment of any amendments. The project is tax-exempt, and a site supervisor must be present at all times during construction. The document emphasizes regular checking of the SAM website for any additional amendments or information relevant to this solicitation.
    The memorandum records the pre-bid conference and site visit for solicitation W50S7G-25-B-A002 on April 17, 2025. The session, attended by contractors and government representatives, discussed key operational requirements such as available facilities, daily sign-in procedures, and the need to maintain clear delivery roads. Contractors must obtain a dig permit and address grass repair. The conference included a presentation on project details and the selection process, stressing that all inquiries must be directed to the designated email addresses and not to engineers directly. Any amendments or responses to questions will be posted on the specified government website, SAM.gov. The session concluded with a site tour, emphasizing the importance of regular website checks for updates and additional information regarding the solicitation process. The document reflects the structured approach to government contracting, ensuring clarity and compliance during the proposal phase.
    The document outlines specifications for a Chain Link Heavy Duty Surface Mounting Post, designed for fencing applications. The post measures 72 inches in height with a diameter of 2 inches (1 7/8 inches outside dimension) and is constructed from galvanized steel with a wall thickness of 0.120 inches, meeting the commercial grade SS40 standard. It features a welded 4 x 4 inch steel base plate (1/4 inch thick), providing stability and support for fencing installations. The manufacturer, DF Supply, Inc., located in Twinsburg, Ohio, emphasizes adherence to the Buy American Act, indicating that the product is made in America. The document includes contact details for the manufacturer, including a website and email for inquiries. This specification aligns with federal procurement guidelines that often prioritize domestically manufactured goods for government contracts and grants. Overall, the post's robust construction and compliance with national standards suggest its durability and suitability for public sector fencing projects.
    The document outlines specific site preparation and installation tasks related to a new cantilever gate system. Key activities include the removal of paint and the centering of a drive, alongside identifying rough locations for various components such as a digital keypad and gate operator. An initial walk-through assessment is crucial for establishing the panel box's location and ensuring all installations are compliant and well-organized. This document likely serves as part of an RFP or grant proposal aimed at securing funding or approval for infrastructure enhancements in public facilities, emphasizing the importance of proper planning and execution in federal or local government projects.
    The document serves as a solicitation for bids (RFP) for the renovation of the POL Gate at the 139th Airlift Wing located in St. Joseph, Missouri. The project falls under the category of construction and is specifically set aside for small businesses. The government seeks a responsible bidder whose proposal meets the stated conditions and is advantageous, primarily based on price. Key requirements include a firm fixed price contract arrangement, the need for performance and payment bonds, and compliance with construction wage rates. Interested contractors must submit their offers by a specific deadline and attend a pre-bid conference to clarify solicitation details. Funds for the project are not yet available but are anticipated to be allocated prior to the award. The document outlines the obligations of bidders, including the information required for proposal submissions and the stipulations related to subcontracting. Additionally, the project reflects adherence to federal guidelines such as the Buy American provisions, ensuring that materials used are primarily sourced domestically. This RFP exemplifies the government's commitment to involving small businesses in federal construction projects while ensuring compliance with budgetary and regulatory requirements.
    The document serves as an amendment to a solicitation and modification of a contract regarding the renovation of the POL Gate for Project ULYB242020 at the 139th Air Wing in St. Joseph, MO. It details a series of changes to the project, including the addition of a dual track aluminum gate, modifications to keypad installations, and the removal of pavement trenching and painting from the project scope. Additionally, it mandates the installation of safety features for the gate operator, specifies grounding requirements, and permits temporary fencing height without barbed wire. The amendment extends the response deadline to 1:00 PM and includes the incorporation of the FAR clause on insurance for work on government installations. The revised specifications are to be adhered to alongside previously existing terms, ensuring clarity and compliance in the renovation process. Overall, this document underscores the importance of timely acknowledgment of amendments and adherence to updated project requirements within government contracting procedures.
    The document outlines the Statement of Work (SOW) for the POL Gate Renovation Project at the 139th Airlift Wing of the Missouri Air National Guard, located in St. Joseph, Missouri. The project aims to install a motorized cantilever gate with a digital keyless entry system while adhering to federal and state regulations. Key tasks include the demolition of an existing gate, installation of a new sliding gate, and mechanical components, including a digital keypad and electrical wiring. The project will ensure safety and security through various measures, including installing signage, pavement markings, and temporary fencing. Compliance with hazardous material regulations and environmental considerations is mandated. The contractor is responsible for clean-up, repair of any damaged property, and obtaining necessary permits. The project duration is set for 180 days, with specified working hours. Coordination with base authorities is required for scheduling and the use of base utilities. The document also emphasizes the importance of security protocols, fire protection measures, and adherence to material submittal processes. Overall, this SOW reflects a structured approach to enhancing the base’s access control infrastructure while ensuring compliance and safety standards.
    The 139th Airlift Wing of the Missouri Air National Guard has issued a Statement of Work for the renovation of the POL Gate at Rosecrans Memorial Airport. This project entails the installation of a motorized cantilever gate with a digital keyless entry system, adhering to various engineering and safety specifications. Key project components include the removal of the existing gate, installation of a new aluminum gate and operator, electrical setup for the gate functionality, and the integration of a keypad entry system. Additional work involves pavement markings, signage installation, and temporary fencing while ensuring compliance with environmental and safety regulations. The contractor is responsible for site cleanup, repair of any damages, and for coordinating the work schedule with the Project Manager. This project is expected to be completed within 180 days, with strict adherence to operating hours and safety protocols, including antiterrorism training for all personnel. The initiative represents the commitment to enhancing security and functionality at the facility while complying with federal and local regulations.
    The document provides a series of questions and answers regarding the POL Gate Renovation RFP (W50S7G25BA002). The primary focus is on specifications for an aluminum cantilever sliding gate, addressing concerns about hardware, power requirements, and structural integrity. Key clarifications include the requirement for aluminum to prevent sagging associated with steel gates, the acceptance of low voltage keypads powered from the operator, and modifications to existing gate components such as using self-closing hinges. Specific amendments clarify details, including security measures like using metal panels for slats and a height specification that limits the gate’s elevation to no more than six inches off the pavement. The document emphasizes communication among stakeholders to ensure project specifications meet regulatory standards and operational needs, presenting an organized response to technical inquiries relevant to federal and local RFP procedures.
    Lifecycle
    Title
    Type
    POL Gate Renovation
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    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.
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    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.
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of a boiler in Building 290 at the Jefferson Barracks Air National Guard Station in Saint Louis, Missouri. The project involves the installation of a new high-efficiency condensing boiler, along with associated piping, valves, a water treatment system, boiler controls, and a new pump and motor, emphasizing energy efficiency and compliance with applicable codes. This contract, which is set aside for small businesses, has a budget of $60,000 and a completion timeline of 60 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on January 7, 2026, with proposals due by January 22, 2026. For further inquiries, contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.