Vehicle Barriers
ID: FA480324R0033Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, 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 Air Force, is soliciting proposals for vehicle barrier maintenance and repair services at Shaw Air Force Base in South Carolina. The contract encompasses a base year plus four additional option years, focusing on preventive maintenance, routine service calls, and emergency responses for twelve vehicle barrier systems, which are critical for enhancing base security and managing personnel access efficiently. This procurement is vital for maintaining operational readiness and safety at the military installation, ensuring that the vehicle barrier systems function effectively to deter potential intruders. Interested contractors should contact John Newton at john.newton.12@us.af.mil or Kevin Harrington at kevin.harrington.3@us.af.mil for further details, with the contract valued at approximately $25 million and a submission deadline specified in the solicitation documents.

    Files
    Title
    Posted
    The document FA8003-18-R-0001 outlines the Request for Proposal (RFP) for Vehicle Barrier Maintenance and Repair Services at Shaw Air Force Base (AFB), South Carolina. It specifies a contract structure that includes a base year and four option years, plus a six-month extension. Key services include preventive maintenance, routine service calls, and emergency service responses for twelve vehicle barrier systems. The contractor is required to perform monthly maintenance and inspections to ensure functionality and efficiency of the barriers, along with detailed reporting aspects. The scope addresses maintenance protocols, technical training, and inspection documents needed. A Pricing Matrix specifies quantities and unit measurements for various maintenance tasks, categorized under Contract Line Item Numbers (CLINs). The document emphasizes the importance of timely and effective response for both routine and emergency scenarios, with a clear expectation for contractor accountability in service delivery. Overall, this RFP facilitates effective vehicle security measures vital for military operations and adheres to federal maintenance standards.
    The Quality Assurance Surveillance Plan (QASP) for Vehicle Barriers Maintenance and Repair Services at Shaw Air Force Base outlines procedures for assessing contractor performance under the Multiple Award Contract. The purpose of this QASP is to ensure that the contractor meets established performance standards through systematic monitoring and documentation. Key roles include the Contracting Officer's Representative (COR), who oversees compliance, and the Program Manager, who manages project execution. The QASP emphasizes a performance-based approach focusing on outcomes rather than adherence to processes, affording the contractor flexibility to innovate while meeting contract requirements. Surveillance methods include reviewing quarterly reports and conducting inspections to ascertain service quality and operational standards. Additionally, corrective action procedures are established for addressing performance deficiencies. The QASP serves as a living document that may adapt based on contractor performance and outlines how the government will maintain fair evaluations while promoting effective communication. Ultimately, this plan aims to ensure the delivery of high-quality maintenance services and supports the overall mission of the Air Force.
    The document is a Wage Determination Register under the Service Contract Act, issued by the U.S. Department of Labor. Its primary objective is to outline the minimum wage rates applicable to various occupations covered by contracts entered into by the federal government. For contracts awarded after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to a $12.90 hourly rate unless stated otherwise in the wage determination. The file details numerous occupations, their respective pay rates, and relevant fringe benefits, including a required health and welfare benefit of $4.98 per hour, paid vacation, holidays, and sick leave entitlements under Executive Order 13706. It also explains the conformance process for job classifications not listed, ensuring that workers receive fair compensation relative to their duties. The document emphasizes compliance with federal wage laws and provides guidance for contractors regarding employee benefits and wage classifications, reinforcing the government's commitment to worker rights and fair labor practices within its contracting processes.
    The Vehicle Barriers Maintenance and Repair (VB M&R) Services proposal outlines requirements for maintaining, repairing, and managing vehicle barrier systems at Shaw Air Force Base. The contractor is tasked with conducting preventive maintenance, which includes monthly inspections, minor repairs, and compliance with operational protocols. Tasks must follow manufacturer specifications and include maintaining the cleanliness of barrier pits, providing a 24/7 customer service hotline, and conducting annual training for barrier operation. Key responsibilities also encompass timely response to emergency and routine service calls, with specified response times of six hours for emergencies and twenty-four hours for routine issues. The contractor needs to maintain comprehensive logs of services performed and present quarterly reports detailing completed work, operational status, and insights into equipment conditions. Safety regulations, including OSHA compliance, are critical—contractors must ensure the safe operation of all barriers and report any unsafe conditions promptly. The document emphasizes the importance of maintaining high operational rates for barrier systems and outlines performance evaluations through government surveillance and customer feedback. Overall, this statement serves as a detailed framework for ensuring the effective management and maintenance of critical security infrastructure at a military installation, reflecting the government’s commitment to operational readiness and safety.
    The Department of the Air Force's 20th Fighter Wing at Shaw Air Force Base issued Request for Quotation (RFQ) FA480324R0033 to solicit vendor responses for a specific service requirement. This amendment provides vendor questions and government responses, clarifying aspects of the proposal without extending the submission deadline. Key points include confirmation of no price matrix and specification of an equivalent paint due to the discontinuation of Grip-Tite. The document outlines financial details for minor repairs, stating a cost of $600 per quarter for parts for 12 barriers. Additionally, it confirms the issuance of one-year security passes upon successful background checks for contractors, along with details on preventive maintenance services conducted monthly over the past four years. No site visit has taken place, and vendors are instructed to acknowledge the amendments for their quotes to be eligible. The document serves to facilitate effective vendor engagement in response to the RFQ while ensuring clarity on operational requirements and expectations.
    The document is a solicitation for a contract focused on vehicle barrier maintenance and repair services, specified under the Women-Owned Small Business (WOSB) program. It outlines requirements for operational preventive maintenance, inspection, and minor repair to ensure compliance with Air Force Instruction (AFI) 32-1001 regarding vehicle barriers. The contract, identified as FA480324R0033, is valued at $25 million and spans from October 1, 2024, to September 30, 2025, with options for extensions through 2030. It includes detailed information on service line items such as routine and emergency call services along with pricing arrangements. Quality assurance measures, inspection protocols, and contact details for relevant personnel are provided to facilitate the contractor's compliance. The approach aims to enhance safety, efficiency, and economic management while navigating government regulations surrounding service procurement. Furthermore, the solicitation incorporates clauses related to payment processing and contract administration to ensure both parties fulfill their obligations effectively.
    This document serves as an amendment to a solicitation referenced as FA480324R0033, associated with the U.S. Air Force. The primary intent of the amendment is to extend the deadline for offer submissions and address questions raised by potential contractors, providing relevant answers. Each contractor must acknowledge receipt of this amendment to ensure their offer is considered, using specified methods such as completing portions of the document or submitting a separate written communication. Additionally, the amendment clarifies that no other terms and conditions of the original solicitation have changed aside from the incorporation of FAQs related to the solicitation. A signed copy of this amendment is required to accompany each quote submitted. The document emphasizes adherence to established protocols for solicitation and contract modifications, reinforcing the importance of timely acknowledgment to avoid the rejection of offers. Overall, this amendment maintains focus on facilitating fair competition and transparency in government contracting processes while integrating contractor inquiries for clarity.
    Lifecycle
    Title
    Type
    Vehicle Barriers
    Currently viewing
    Solicitation
    Similar Opportunities
    480th ISRG Beautification
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "480th ISRG Beautification" project at Shaw Air Force Base in South Carolina. The contractor will be responsible for providing all personnel, equipment, and materials necessary for landscaping around multiple specified buildings, including tasks such as seeding, fertilizing, mulching, planting new flora, and maintaining existing plant life. This initiative aims to enhance the aesthetic appeal and usability of outdoor spaces for personnel, reflecting the government's commitment to improving facility landscapes. The total award amount for this contract is $9,500,000, and interested parties should direct inquiries to Shaunannette Watson at shaunannette.watson@us.af.mil or Mallory Cary at mallory.cary@us.af.mil, with proposals due by the specified deadline.
    Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for a Design-Build project to repair the vehicle search area at Offutt Air Force Base (OAFB) in Nebraska. The project involves demolishing existing facilities and constructing new structures to enhance vehicle control, inspection processes, and security in compliance with Unified Facilities Criteria (UFC) standards. This initiative is crucial for ensuring the safety and efficiency of vehicle inspections at the USSTRATCOM Gate, with an estimated construction cost ranging from $10 million to $25 million. Interested prime contractors with a bonding capability of at least $10 million must submit their responses, including relevant company information and project experience, by October 9, 2024, as the anticipated solicitation is expected to be issued in April 2025.
    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.
    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.
    BBEC Iron Gate Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the BBEC Iron Gate Replacement project at Keesler Air Force Base in Biloxi, Mississippi. The project involves the installation of a new steel loading dock gate and an aluminum ramp gate, designed to withstand various weather conditions, with specific dimensions and operational requirements outlined in the solicitation documents. This procurement is crucial for maintaining facility operations and safety standards, with an estimated construction budget between $25,000 and $100,000, and is set aside exclusively for small businesses. Interested contractors must attend a mandatory site visit on September 2, 2024, and submit their proposals by the specified deadlines, with further inquiries directed to SrA Andrew Evitts at andrew.evitts.1@us.af.mil or Tiffany Aultman at tiffany.aultman@us.af.mil.
    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.
    Construct Perimeter Security Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids from qualified small businesses for the construction of a secondary perimeter security fence at the Tennessee Air National Guard Base in Memphis, TN. The project involves installing a 5,500-foot-long anti-climb fence, complete with multiple gates and crash-rated vehicle swing gates, to enhance base security. This construction effort is critical for maintaining the safety and integrity of military operations, with a contract value estimated between $1 million and $5 million. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on August 28, 2024, with bids due by October 9, 2024. For further inquiries, contact Christopher Rhyne at christopher.rhyne.1@us.af.mil or by phone at 901-291-7109.
    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.
    Repair Purple Heart Drive Pavement - Dover AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Purple Heart Drive pavement at Dover Air Force Base in Delaware. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the repairs, which include milling, compaction testing, and paving with specific asphalt mixes, all coordinated with Base Civil Engineering. This work is critical for maintaining the infrastructure of the base, ensuring safe and efficient transportation within the facility. Interested small businesses must contact TSgt Joshua Brooks at joshua.brooks.14@us.af.mil or 302-677-5232, or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil or 302-677-5545, with the total period of performance estimated at 104 days from the Notice to Proceed.
    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.