Modular Vehicle Barrier System Fairchild AFB
ID: FA462025QA939Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

VEHICULAR CAB, BODY, AND FRAME STRUCTURAL COMPONENTS (2510)

Set Aside

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

    The Department of Defense, specifically the 92nd Security Forces Squadron at Fairchild Air Force Base, is seeking proposals for a Modular Vehicle Barrier System to enhance security and traffic control at installation entry points. The system is intended to replace existing star barriers, improving deployment efficiency during emergencies and daily operations, with key requirements including compliance with ASTM safety standards, modular adaptability, rapid lane access, and ease of use without tools. This procurement underscores the importance of modernized safety measures in military operations, with a delivery timeline of 90 days post-contract award. Interested vendors must submit their quotes by April 16, 2025, and can contact Nathan Bond at nathaniel.bond@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further information.

    Files
    Title
    Posted
    The 92d Contracting Squadron has issued a combined synopsis/solicitation (RFQ FA462025QA939) for a Modular Vehicle Barrier System, designated as a fully small business set-aside opportunity under NAICS code 332999 for fabricated metal products. Quotes are solicited with a due date of April 16, 2025, by 10:00 AM PT. Vendors must be registered in the System for Award Management (SAM) to be considered eligible, and they will be evaluated based on price and applicable factors. The solicitation stipulates that funds for the contract are not currently available, and any award will depend on future funding availability. The document includes extensive provisions and clauses that the successful vendor must adhere to, including regulations for telecommunications equipment, labor standards, and various certifications required under different acts. It highlights the importance of compliance with federal regulations in the contracting process as well as the need for detailed documentation when submitting a quote. This solicitation underscores the government's commitment to engaging small businesses while ensuring adherence to legal frameworks throughout the contracting process.
    The 92d Contracting Squadron has issued a Request for Quotation (RFQ FA462025QA939) for a Modular Vehicle Barrier System intended for Fairchild AFB, WA. This contract is exclusively set aside for small businesses, classified under NAICS code 332999, and pertains to the procurement of commercial services as guided by federal regulations. The contractor must be registered in the System for Award Management (SAM) to be eligible for consideration. Notably, funds are not currently available for this effort, and the Government maintains the right to cancel or reject offers without liability for reimbursement. The solicitation consists of a single line item, requiring a quote for the Modular Vehicle Barrier, with specified delivery and shipping terms. Vendors are instructed on submission guidelines, including deadlines for quotes and queries, emphasizing that responses must strictly adhere to directives in FAR provision 52.212-1. The contract will be awarded based on the most advantageous quote per evaluated criteria, primarily focusing on price. Additionally, offerors must comply with various federal provisions related to telecommunications, labor regulations, and reporting requirements, ensuring a comprehensive understanding of obligations before submission.
    This government document serves as Amendment 0001 to solicitation FA462025QA939, effective April 4, 2025. The amendment primarily addresses changes to the original solicitation, including dissolving a brand-name requirement and updating salient characteristics for a new project. The due date for proposals has been extended to April 16, 2025, at 10:00 AM PT. Questions from potential offerors are answered, clarifying that this is a new requirement with specific details about container movement, compliance with federal DFARS Buy American Preference, and specifications for the Mifram barrier. The amendment encourages offerors to acknowledge receipt by completing specified blocks and submitting a copy with their proposals. Overall, the document emphasizes transparency and guidance in the procurement process, ensuring all parties have the necessary information to participate effectively in the bidding process.
    The 92nd Security Forces Squadron (92 SFS) at Fairchild AFB requires a MVB3X Modular Vehicle Barrier System or an equivalent to enhance installation security and traffic control. This modular barrier will replace existing star barriers, facilitating faster deployment during emergencies and improving manpower allocation. The system must meet specific salient characteristics, including certification to safety standards, modular adaptability, rapid lane opening, and ease of use without tools. Key specifications include a requirement for maximum visibility, zero maintenance needs, and compact storage capabilities. The delivery of the system is expected within 90 days following contract award. Overall, this procurement aims to enhance operational efficiency and safety at Fairchild AFB during both daily operations and emergency situations.
    This document represents Amendment 0002 to the solicitation FA462025QA939, effective from April 8, 2025. It primarily serves to revise the Salient Characteristics specified in Attachment 1, replacing the previous version dated April 4, 2025, with the updated characteristics dated April 8, 2025. The amendment ensures that all potential offerors acknowledge receipt before the submission deadline, although the deadline for submissions is not extended. Contractors are instructed to acknowledge this amendment through various methods, ensuring compliance with submission guidelines. The amendment is issued by the 92nd Contracting Squadron at Fairchild AFB, Washington, with oversight from Contracting Officer Patrick E. Rangel. Overall, the document maintains the original contract's terms while updating specific technical details relevant to the project, highlighting the government's formal process for managing and modifying solicitations in federal contracting.
    The 92nd Security Forces Squadron (92 SFS) at Fairchild Air Force Base is seeking a Modular Vehicle Barrier System to enhance roadway blockage at entry points and in emergencies. This system aims to replace the existing star barriers, offering improved efficiency and manpower allocation during incidents. Key objectives include facilitating daily controls and ensuring safety during traffic operations and large events. The barrier must meet specific characteristics including certification from the Department of Homeland Security and adherence to ASTM standards. It should comprise modular units measuring 3-5 feet in length, compatible for expansion to 15 feet without cables, ensuring visibility and rapid deployment by a single individual. Additionally, the system should allow easy assembly without tools, minimal maintenance, and efficient storage. The 92 SFS requests delivery of the system within 90 days following contract award, to be sent to Fairchild AFB, WA. This RFP underscores the importance of modernized safety measures in military operations.
    The 92nd Security Forces Squadron (92 SFS) at Fairchild Air Force Base seeks proposals for a Modular Vehicle Barrier System to enhance security measures at installation entry and traffic control points. This system aims to replace existing star barriers, which can be difficult to deploy quickly, improving the efficiency of manpower during emergencies and daily operations. Key requirements for the system include certification to ASTM F2656, ASTM/PAS 68, and IWA standards, coverage of up to 80 feet, high visibility, rapid lane access, one-person deployment, tool-free assembly, low maintenance needs, and ease of transport and storage. The 92 SFS requires the delivery of the system within 90 days of contract award to a specified location at Fairchild AFB. This initiative underscores the necessity for improved security and traffic control capabilities at military installations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    ACTIVE VEHICLE BARRIER (AVB) AND GUARD BOOTH MAINTENANCE SERVICES
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Center, is seeking qualified firms to provide preventive and corrective maintenance services for Active Vehicle Barrier (AVB) systems, Guard Booths, and associated Access Control Point (ACP) equipment across various locations in Europe, including Germany, Belgium, the Netherlands, Romania, and Bulgaria. The procurement aims to ensure the operational readiness and reliability of critical security infrastructure at military installations. Interested firms are encouraged to contact Jordan Millsap at jordan.millsap@usace.army.mil or by phone at 256-895-1582 for further details regarding this sources sought notice, which is part of ongoing market research to identify capable service providers.
    99--WING FENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a wing fence, identified by NSN 1R-9999-LLKFYG619-E8. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, indicating that the contractor will bear the shipping costs until the goods are delivered to the designated location. This procurement is critical for maintaining operational readiness and support for naval systems. Interested contractors should direct inquiries to Danielle M. Junod at (215) 697-1138 or via email at DANIELLE.M.JUNOD.CIV@US.NAVY.MIL, as all contractual documents will be considered issued upon transmission through various electronic methods.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals from small business concerns for multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts focused on acquiring perimeter security assets. The procurement aims to provide temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the United States, including the management of various assets such as vehicle barriers, fencing, tents, and generators. Proposals will be evaluated based on management and technical approaches, past performance, and pricing, with an emphasis on non-price factors. Interested parties must submit their proposals by 11:00 AM EST on January 19, 2026, and may direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov.
    Solicitation for Gunner Shield Kit; NSN: 2510-01-498-4996
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the Gunner Shield Kit (NSN: 2510-01-498-4996) under a five-year Firm Fixed Price contract. The procurement aims to acquire up to 1,200 units of the Gunner Shield Kit, which is critical for military vehicle operations, ensuring enhanced protection and functionality. Interested vendors must comply with specific requirements, including First Article Testing, military packaging standards, and ISO 9001:2015 certification, while also obtaining access to export-controlled technical data through the Joint Certification Program (JCP). Proposals are due to the primary contact, Nikhil Patel, via email by the specified deadline, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) method.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    C-17 BLOS MOD Interior Work Stands Scaffolding Robins AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide eight sets of C-17 Beyond Line of Sight Modified (BLOS MOD) Interior Work Stands/Scaffolding for the 402d Aircraft Maintenance Group at Robins Air Force Base, Georgia. The contractor is required to deliver these scaffolding systems, adhering to specific design and material requirements outlined in the solicitation, within four weeks of award. This procurement is critical for maintaining and modifying C-17 aircraft, ensuring operational readiness and safety during maintenance activities. Interested parties should contact Margaret Gaskill or Jeff Pruitt via email for further details, with a size standard of $19 million under NAICS code 238990, and compliance with various security and procurement regulations is mandatory.
    SAFETY NETTING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is soliciting quotes for safety netting and snap hooks for safety net, under a total small business set-aside. Contractors are required to provide manufacturer specifications for "equal" products, comply with various FAR and DFARS clauses, and ensure adherence to quality control and liability insurance requirements. This procurement is crucial for maintaining safety standards in military operations, with a bid submission deadline of December 18, 2025, and an estimated delivery date of January 16, 2026. Interested parties should contact Diana Baldwin at diana.baldwin@dla.mil for further details and must submit a signed and completed solicitation via email to be considered.
    THREE STATION BASE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking potential sources for the supply of the Three Base Station, a component critical for the Assault Breacher Vehicle (ABV). This Sources Sought Notice aims to gather information from interested companies capable of manufacturing this item, which is classified under the NAICS code 336992 for Military Armored Vehicle, Tank, and Tank Component Manufacturing. Interested vendors are required to submit their company details, manufacturing capabilities, quality certifications, estimated lead times, and cost estimates by January 5, 2026, to Alexandra Stone at alexandra.stone@dla.mil. This notice is for informational purposes only and does not constitute a formal solicitation or commitment to procure.
    53--DOOR,ACCESS,WEAPON
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 5342-01-386-8153, specifically a door for access to weapon systems. This solicitation is part of a combined synopsis/solicitation and requires delivery to DLA Distribution Red River within 168 days after order placement. The door is critical for military armored vehicles and components, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil.