ATC ARMAG GATE MAINTENANCE
ID: W9124C24Q0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT JACKSONCOLUMBIA, SC, 29207-5490, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

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, specifically the Department of the Army, is soliciting proposals for the ATC ARMAG Gate Maintenance contract at Fort Jackson, South Carolina. This contract involves providing non-personal services for the maintenance and repair of the Ammunition Holding Area's electronic gates and the Genetec system, including quarterly preventative maintenance and unscheduled repairs. The services are critical for ensuring the operational readiness and security of military training facilities, with a focus on maintaining a fully functional security system. Interested small businesses must submit their proposals by September 9, 2024, with the contract performance period commencing on September 18, 2024. For further inquiries, potential bidders can contact Roger Miller at roger.d.miller.civ@army.mil or Antoinette Daniels at antoinette.m.daniels.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as Amendment 0001 to Solicitation Number W9124C24Q0005, aiming to modify and reopen a federal solicitation for contract proposals. Key updates include the extension of the submission deadline to 27 August 2024, the shift in eligibility from Women Owned Small Business to a 100% Small Business set-aside, and the adjustment of the performance period start date to 6 September 2024. The amendment also revises the delivery schedule for various Contract Line Item Numbers (CLIN), reflecting changes in the timeline for service provision while maintaining all other terms unchanged. The proposal evaluation will prioritize Technical Capability, Price, and Past Performance, with a focus on low-priced technically acceptable bids. Offerors must submit a comprehensive proposal consisting of technical and pricing information, ensuring adherence to specified requirements and submission guidelines, notably through electronic means. Overall, this amendment highlights the government's intent to foster small business participation and improve procurement timelines while ensuring competitive pricing and quality service delivery.
    This document is Amendment 0002 to Solicitation Number W9124C24Q0005, which reopens the solicitation and extends the closing date to September 9, 2024, at 11:00 am. It also modifies the Period of Performance start date from September 6, 2024, to September 18, 2024, while maintaining all other original terms and conditions. The amendment specifically adjusts the schedule for deliverables across multiple Contract Line Item Numbers (CLINs), moving their respective performance periods forward by twelve days, effectively adjusting the dates from September 6 to 18 for each contract year through 2029. The document emphasizes the necessity for bidders to acknowledge receipt of this amendment, which is crucial for the validity of their offers. Overall, this amendment reflects the government's need to manage timelines efficiently within contracting processes while ensuring all stakeholders are informed and compliant with revised schedules.
    The Army Training Center at Fort Jackson requires non-personal service maintenance for its Ammunition Holding Area (AHA), focusing on the Genetec system and electronic gates. This contract aims to ensure year-round accessibility critical for basic training and support units. The contractor will be responsible for preventive maintenance, quarterly inspections, and unscheduled repairs. Due to budget constraints, previous military maintenance teams are no longer available, necessitating this contract for the mission's success and soldier safety. The contractor must adhere to manufacturer recommendations, provide tools and personnel, and respond promptly to service calls, including routine and urgent situations. A robust Quality Control Plan (QCP) is mandatory to guarantee compliance and timely reporting to the Government. Security requirements, including background checks and installation access, are also integral to the contract, ensuring that all contractor personnel meet eligibility criteria. The document emphasizes the importance of proper planning, compliance with safety regulations, and the necessity of maintaining a fully functional security system at the AHA, highlighting the vital nature of the services provided in support of military operations at Fort Jackson.
    The Fort Jackson Contractor Vetting Policy outlines the procedures and responsibilities for vetting contractor employees authorized to work at Fort Jackson. The primary purpose is to ensure that all contractors possess valid identification and access credentials while maintaining security standards per Department of Defense guidelines. Contractors must utilize the Contractor Verification System (CVS) for badge issuance, submitting contract data, and verifying employee identities through standardized processes. Additionally, contractors are responsible for ensuring that employees meet compliance with the Immigration and Nationality Act, verifying social security numbers, and reporting any lost badges. Furthermore, participation in the ICE Mutual Agreement between Government and Employers (IMAGE) Program is encouraged to enhance employment eligibility verification and reduce unauthorized employment on-site. The policy includes detailed requirements on badge management, identity verification processes, and consequences for non-compliance, ultimately aiming to maintain the integrity and safety of Fort Jackson. Overall, this vetting policy aligns with government efforts to ensure lawful employment practices in the context of federal contracts, grants, and local RFPs.
    The document outlines Wage Determination No. 2015-4429 for South Carolina under the Service Contract Act, detailing minimum wage rates for various occupations as of July 22, 2024. It specifies that contracts subject to this act must comply with Executive Orders 14026 and 13658, mandating wages of at least $17.20 or $12.90 per hour, respectively, depending on contract dates. The wage determination includes a comprehensive list of occupations with their associated wage rates, from administrative roles to mechanic positions, and establishes a $5.36 per hour fringe benefit rate. It also informs contractors about additional requirements, such as paid sick leave and vacation entitlements, and emphasizes compliance with federal, state, and local laws regarding worker compensation. Furthermore, it provides guidance on the conformance process for unlisted occupations. This document serves as a crucial resource for contractors involved in federal contracts, ensuring legal adherence and fair compensation practices within these contracts.
    The document outlines the fire prevention and safety requirements for contractors working at Fort Jackson. It emphasizes compliance with AR 420-90, OSHA standards, and the National Fire Prevention Association guidelines. Contractors are mandated to establish a safety program that includes a site-specific safety plan, vigilant adherence to safety protocols, and the provision of protective clothing and equipment. Initial and ongoing training for employees on safety practices, hazard recognition, and emergency procedures are also required. The document details protocols for reporting accidents and property damage, underscoring the importance of immediate notification to government representatives and the completion of necessary forms. It also mentions the need for contractors to educate staff on dealing with unexploded ordnance through specific training. This comprehensive framework aims to enhance safety and health standards during contract operations, reflecting the government's commitment to regulatory compliance and workforce protection in public service contracts.
    The document outlines a series of questions and answers regarding the solicitation for gate maintenance services under Solicitation Number W9124C-24-Q-0005, dated September 5, 2024. It clarifies that the maintenance is a follow-on requirement, and while the current contract information cannot be provided, it confirms the gate is already in place and operational. The original equipment manufacturer (OEM) is identified as A&E Design Group, Inc., though detailed specifications for gate components are not available due to varying component naming. Maintenance standards will be based on the Performance Work Statement as reviewed in monthly surveillance reports by the Contracting Officer Representative (COR). A service manual, along with specific details about gate dimensions and mechanics, will be provided. Additionally, the security camera is a separate component from the gate itself. This document serves to clarify expectations for potential contractors in the context of the ongoing federal gate maintenance contract.
    The document is a Request for Proposal (RFP) titled W9124C24Q0005, issued by the federal government for the preventive maintenance of the Genetec system and Lift Master gates. It specifies the requirements for contractors to provide quarterly maintenance services for a one-year period, with options for additional years. Contractors must submit their bids by 11:00 AM on August 7, 2024, to be considered. Key deliverables include maintenance and repair services, adhering to standards outlined in the Performance Work Statement. The contract also includes terms for acceptance and inspection of services, emphasizing the need for good workmanship and compliance with specified insurance requirements. The RFP outlines payment procedures and requirements for invoicing via the Wide Area Workflow (WAWF) system, ensuring efficiency and transparency in payment processes. Additionally, it incorporates numerous federal contract clauses and regulations, reinforcing ethical standards, supporting small businesses, and emphasizing compliance with labor laws. Overall, the RFP represents the government's effort to facilitate standardized and dependable maintenance services and underscores the regulatory framework necessary for maintaining contract integrity and operational accountability.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair Vehicle Access Gate
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of an automatic vehicle access gate at the Fresno Air National Guard Base. The project requires contractors to provide all necessary personnel, equipment, and materials to execute the repairs as outlined in the Performance Work Statement, which includes replacing existing traffic loops and ensuring compatibility with the ADVANTOR access system. This procurement is critical for maintaining security and operational efficiency at the base, with the contract set aside exclusively for small businesses under the SBA guidelines, and a total estimated value of approximately $22 million. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    Maintenance and Repair of Manufacturing Equipment and Systems used in Explosive and Non-Explosive Operational Environments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments under solicitation number W519TC-24-Q-MESS. The procurement aims to ensure operational readiness and safety by requiring contractors to provide labor, materials, and tools to restore equipment to original equipment manufacturer (OEM) specifications, with a focus on technical expertise in hydraulics, pneumatics, electronics, and automation. This contract is critical for maintaining the functionality of diverse machinery, including lathes and CNC mills, essential for military operations. Proposals are due by September 24, 2024, with questions accepted until September 18, 2024; interested parties should contact Contract Specialist Dora Smith at dora.d.smith5.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil for further details.
    OVERHEAD DOOR REPAIR SVC STAND ALONE CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide overhead door repair services under a Firm-Fixed-Price Contract at Fort Cavazos, Texas. The contractor will be responsible for maintaining and repairing approximately 50 overhead doors across various facilities, ensuring compliance with manufacturer specifications, safety standards, and relevant building codes. This procurement is crucial for maintaining the operational integrity of facilities that support around 65,000 occupants, reflecting the government's commitment to infrastructure maintenance while promoting small business participation. Interested vendors must submit their quotes by September 19, 2024, and can direct inquiries to Nora Cardenas at nora.c.cardenas.civ@army.mil or SFC Michelle Royall at michelle.r.royall.mil@army.mil.
    Construction of JMTC Substation A Repairs at Rock Island Arsenal, IL
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design and construction of the Joint Manufacturing Technology Center (JMTC) Substation A at Rock Island Arsenal, Illinois. This project involves the construction of a new substation, including the relocation of existing utilities, demolition of the old structure, and the integration of advanced systems such as cybersecurity and fire protection. The estimated contract value ranges from $10 million to $25 million, with proposals due by September 20, 2024, and must be submitted electronically to Jacob S. Pridemore at jacob.s.pridemore@usace.army.mil. Interested contractors should ensure compliance with all specified requirements, including bonding and insurance, and are encouraged to submit innovative proposals that meet the project's stringent design and quality standards.
    Elevator Repairs and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Rock Island Arsenal, is soliciting proposals for elevator repairs and maintenance services at the Rock Island Arsenal in Illinois. The contract aims to ensure both scheduled and unscheduled maintenance for various elevator types, emphasizing compliance with federal regulations and safety protocols. This procurement is critical for maintaining operational efficiency and safety standards for the Army's infrastructure, supporting approximately 6,500 personnel. Proposals are due by 12:00 PM CST on October 16, 2024, and interested contractors should contact Emily Stohlmeyer at emily.j.stohlmeyer.civ@army.mil or 520-693-0169 for further details.
    West Point Military Academy, NY, Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) to support maintenance, repair, and minor new construction projects at the West Point Military Academy and the Steward Army Sub Post in New Windsor, NY. The contract will encompass a broad range of services, including design-bid-build projects, aimed at enhancing the facilities managed by the Directorate of Public Works (DPW). This procurement is critical for maintaining the operational readiness and infrastructure of military facilities, ensuring they meet the necessary standards for service members. Interested contractors should note that the proposal submission date has been extended indefinitely, with further details to be provided upon completion of a new sample task order; inquiries can be directed to Danielle Beavers-Rose at danielle.beavers-rose.civ@army.mil or by phone at 757-501-8331.
    M1A3 Bangalore Torpedo Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of M1A3 Bangalore Torpedo Kits, which are essential for clearing obstacles in combat operations. The procurement involves the acquisition of Demolition Kits consisting of eight 2.5-foot tubes filled with explosives, designed to create pathways through barbed wire entanglements, thereby facilitating military operations. This solicitation is exclusively set aside for Accurate Energetics Systems, LLC, a Women-Owned Small Business, with a guaranteed minimum funding amount of $4,250,000 and a maximum procurement limit of $7,000,000 over two ordering periods. Proposals must be submitted electronically by September 26, 2024, and interested parties can contact Colin Sommers at colin.m.sommers.civ@army.mil for further information.
    W519TC24ATACS/SBS
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is seeking sources for the development, delivery, integration, training, and maintenance of Automated Tactical Ammunition Classification Systems (ATACS) and Spent Brass Sorter (SBS) units. The procurement involves the manufacture of up to 40 new ATACS and the recapitalization of up to 10 existing units, along with comprehensive support services for their operation at various locations, both within the continental United States (CONUS) and outside (OCONUS). These systems are critical for the efficient sorting and inspection of small arms ammunition, ensuring compliance with safety and operational standards. Interested parties must submit their capabilities and relevant information by 3:00 PM Central Time on October 7, 2024, to the primary contacts, Elizabeth Epperly and Bridget Kramer, via the provided email addresses.
    Preventative Maintenance and Repair of Grille/Roll Up Doors, Automatic Doors, and Handicap Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract focused on the preventative maintenance and repair of grille/roll-up doors, automatic doors, and handicap doors at various Army installations on the Island of Oahu, Hawaii. The contract aims to ensure operational readiness and safety by maintaining a total of 1,117 doors and 104 automatic and handicap doors, adhering to federal, state, and local regulations. This maintenance is crucial for the functionality and accessibility of military facilities, reflecting the government's commitment to maintaining high standards of infrastructure. Interested contractors must submit their offers by October 3, 2024, and can direct inquiries to Maria Olipas at maria.d.olipas.civ@army.mil or by phone at 808-787-8825.
    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 project at Joint Base San Antonio - Fort Sam Houston. The procurement involves the installation and integration of advanced security systems, including electronic locking mechanisms and a comprehensive camera system, aimed at enhancing the security infrastructure of Building 1469. This initiative is critical for improving safety measures within military facilities, ensuring compliance with federal, state, and local regulations. Quotes are due by September 23, 2024, at 10:00 AM CST, and interested contractors should contact Jaison Saavedra at jaison.saavedra@us.af.mil or Laura Herring at laura.herring.2@us.af.mil for further details.