99 CES Barrier Maintenance
ID: F3G3CE4275AQ01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

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 the maintenance and repair of vehicle barrier systems at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure the effective operation of these systems, which include various components such as actuators, control systems, and safety loops. This procurement is critical for maintaining security infrastructure at military installations, ensuring the safety and functionality of vehicle barriers. Proposals are due by October 28, 2024, and interested parties should direct any questions to Lisa Hallberg at lisa.hallberg.1@us.af.mil. The contract is set to span from December 25, 2024, to December 24, 2029, with a total estimated value of $275,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for commercial services issued as RFP F3G3CE4275AQ01, specifically for a Firm Fixed Price contract to maintain vehicle barrier systems at Nellis Air Force Base, NV. The solicitation is categorized as a Total Small Business Set-Aside under the NAICS code 811210, with a small business size standard of $34 million. The contract period spans from December 25, 2024, to December 24, 2029. Interested contractors must provide a comprehensive proposal including technical capabilities, pricing, and past performance, demonstrating their qualifications for tasks in the Performance Work Statement (PWS). Evaluations will focus on three criteria: Price, Technical Acceptability, and Past Performance. The award will go to the lowest priced offeror deemed technically acceptable with satisfactory past performance. Proposals must be submitted electronically by October 28, 2024, and all questions should be directed to the specified government contact by October 15, 2024. The document outlines the evaluation process and submission requirements while providing provisions and clauses to be adhered to by the bidders, emphasizing compliance with past performance regulations and technical standards.
    The Performance Work Statement (PWS) outlines requirements for Vehicle Barriers (VB) Maintenance and Repair Services for the Air Force installations. Its primary goal is to ensure the effective performance of vehicle barrier systems through preventive maintenance, inspections, and minor repairs. The contractor is responsible for providing necessary personnel, equipment, and adherence to all relevant federal, state, and military standards. Key tasks include conducting quarterly maintenance, maintaining barrier cleanliness, and providing a 24/7 customer service hotline. The contractor must maintain an operational rate of 96% for all barrier systems and ensure that the Lead Technician and Barrier Technicians possess required qualifications and training. The document details specific tasks for preventive maintenance, such as checking electrical components, hydraulic systems, and ensuring compliance with safety regulations. Emergency and routine service calls are categorized, each with stipulated response times. Furthermore, the contractor is accountable for maintaining a thorough Maintenance and Repair Log, documenting all activities and repairs conducted. The PWS emphasizes the importance of safety protocols, environmental compliance, and a commitment to using environmentally friendly practices. Overall, the document serves to guide the managerial and operational framework for maintaining vehicle barrier safety and functionality across designated military sites.
    The document outlines a contract proposal for vehicle barrier maintenance services at the 99 Civil Engineer Squadron (CES). It details a five-year schedule comprising a total of 20 quarterly preventive maintenance services, routine service calls, and emergency service calls, with each service line item billed quarterly. The contract includes a $250,000 cap for in-scope repairs distributed over the five years. An optional six-month extension is also highlighted, with an additional projected cost of $25,000 for that period. The proposed total contract price is $275,000, indicating a structured approach to recurring maintenance and emergency services, ensuring the operational functionality of vehicle barriers. The pricing and scheduling intricately connect to the government’s goals of maintaining safety and security infrastructure, reflective of its commitment to uphold contractual accountability in federal procurements. The document emphasizes the organization’s budgeting strategy and compliance with federal grant guidelines related to service procurement.
    The 99th Contracting Squadron of the Air Force is seeking proposals for Vehicle Barrier Maintenance, Repair, and Inspection Services at Nellis Air Force Base, Nevada. A key factor in evaluating proposals is the offeror's past performance, which will be assessed through feedback from organizations familiar with their previous work. Offerors must send a Past Performance Questionnaire (PPQ) to a Contracting Officer Representative (COR) for completion, ensuring the COR returns it by October 28, 2024. This questionnaire aims to gather insights about the contractor’s previous performance, including management effectiveness, preventive maintenance, response to emergency and routine service calls, and overall reliability. The document emphasizes the importance of accurate responses and narratives for exceptional, marginal, or unsatisfactory ratings, guiding the selection process. Timely completion of the PPQ is crucial for the success of the proposal evaluation.
    The document is a Register of Wage Determinations under the Service Contract Act, issued by the U.S. Department of Labor. It outlines wage requirements for federal contracts in Nevada, specifically in Clark County, detailing minimum wage rates for a wide range of occupations. For contracts awarded or renewed after January 30, 2022, the applicable minimum wage will be at least $17.20 per hour, referencing Executive Order 14026, or $12.90 under Executive Order 13658 for certain contracts. Occupation-specific wages are provided, showing hourly rates for roles within administrative, automotive service, food preparation, health services, information technology, and other sectors. Additionally, the document specifies fringe benefits including health and welfare allowances, paid vacation entitlements, and holiday pay. It also outlines procedures for conforming job classifications not listed in the wage determination, emphasizing the contractor's obligations to submit a request for classification and wage rate adjustments when necessary. Hazardous pay differentials and uniform allowances are also discussed. This document serves as a crucial guide for contractors and federal agencies to ensure compliance with wage and labor standards, promoting fair compensation and worker protections in federal contracting contexts.
    The document addresses a question and answer segment related to the solicitation F3G3CE4275AQ01. It confirms that the requirement may not be posted under NAICS Code 811219 - Other Electronic and Precision Equipment Repair and Maintenance, as this NAICS was selected through market research to ensure maximum competition. Additionally, it identifies the previous incumbent contractor, Perimeter Security Partners, and provides the prior contract number, FA486121F0208. The details highlight the solicitation's approach to competition and incumbent identification, which are crucial aspects of the federal contracting process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Active Vehicle Barrier Maintenance - Davis-Monthan AFB - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Active Vehicle Barrier Maintenance and Repair services at Davis-Monthan Air Force Base (DMAFB) in Tucson, Arizona. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, requiring the contractor to supply all necessary personnel, labor, equipment, and materials as outlined in the Performance Work Statement (PWS). This maintenance is crucial for ensuring the operational readiness and safety of vehicle barrier systems at the base. Interested small businesses must submit their quotes by October 25, 2024, and are encouraged to attend a site visit on October 9, 2024, with further inquiries directed to Edilberto Sampang Jr. at edilberto.sampang@us.af.mil or Jerry L. Sauder at 355CONS.PKBA.Services@us.af.mil.
    Vehicle Barriers: RSS 2000 Cover Plate Welding & Bolts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the welding and bolt replacement of cover plates for two RSS 2000 wedge barriers at Gate 2 of Francis E. Warren Air Force Base in Wyoming. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to secure the barriers, which includes the replacement of approximately 92 bolts and adherence to safety and quality standards. The RSS-2000 vehicle barrier is crucial for maintaining secure access control, and the maintenance manual emphasizes the importance of proper procedures to ensure optimal performance. Interested parties must submit their responses to the Sources Sought notice by October 23, 2024, at 11:00 AM (MST), and can direct inquiries to Laura Hunter or Liezel McIntyre via the provided email addresses.
    99 CES COCESS Recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the operation of a Contractor Operated Civil Engineer Supply Store (COCESS) at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary labor, materials, equipment, and customer service to support construction and maintenance activities for authorized government personnel, ensuring efficient inventory management and compliance with government policies. This procurement is critical for maintaining operational readiness and infrastructure upkeep, with a total small business set-aside under NAICS code 332510. Interested contractors must submit their proposals by the updated deadline of October 18, 2024, and can direct inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Edwin Gutierrez at edwin.gutierrez.1@us.af.mil.
    Sources Sought AVB
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is conducting market research for an active vehicle barrier that meets specific performance requirements comparable to the RSSI RSS-2000N and Gibraltar G-2000N models. The procurement aims to secure a barrier that adheres to various safety and operational standards, including an ASTM M50 rating, continuous duty operation, and compatibility with existing security systems, essential for the protection of missile magazines at Joint Base Pearl Harbor West Loch Annex. Interested vendors are invited to submit technical data and specifications by October 29, 2024, at 2:00 p.m. Hawaii Standard Time, to the primary contact, Ms. Kimberlee Fujimoto, at kimberlee.l.fujimoto.civ@us.navy.mil, or Ms. Tiare McClellan at tiare.n.mcclellan.civ@us.navy.mil, as the government will not reimburse any costs associated with the submissions.
    10 Miler Fencing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the provision of temporary fence panels for the 2024 Space Force T-Minus 10-Miler Race at Cape Canaveral Air Force Station in Florida. The contractor will be responsible for supplying 3,500 linear feet of hard barricade fence panels, ensuring they are in good condition and visually appealing, with setup scheduled for December 13, 2024, and teardown on December 14, 2024. This procurement is significant for maintaining safety and organization during the event, and proposals must be submitted by October 23, 2024, at 8:00 A.M. EST, with all shipping costs included in the quotes. Interested parties can contact Cynthia Whittaker or Abigail Muenchow via email for further information.
    152 AW Secondary Crash Net Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Nevada Air National Guard, intends to award a sole source contract for the repair and replacement of a secondary crash net operations system. This procurement is essential for maintaining operational readiness during airfield-related emergencies, such as in-flight crises and severe weather alerts, as mandated by Air Force regulations. The existing system is critical for ensuring safety and effective response during emergencies, and the selected contractor will be responsible for delivering and installing the necessary repairs as soon as possible. Interested firms are encouraged to submit their technical capabilities and relevant information to Alex Norris at alex.norris@us.af.mil or Keith Trimble at keith.trimble.1@us.af.mil by the specified deadline, as this is a total small business set-aside under NAICS Code 334210.
    2025 Air Show Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for logistical support services for the 2025 Aviation Nation Air Show at Nellis Air Force Base, Nevada. The contractor will be responsible for managing essential logistics, including the assembly of tent complexes, seating arrangements, and equipment for approximately 200,000 attendees, while ensuring compliance with safety standards and accessibility requirements. This procurement is critical for the successful execution of a large-scale military event, emphasizing the need for structured logistical operations. Interested small businesses must submit their quotes by October 25, 2024, and are encouraged to RSVP for a site visit scheduled for October 8, 2024. For further inquiries, contact 1st Lt Vincent McDonough at vincent.mcdonough.2@us.af.mil.
    NAVAL AIR STATION CORPUS CHRISTI (NASCC) SECURITY FENCE GROUNDING SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking a small business contractor to provide a security fence grounding system at Naval Air Station Corpus Christi (NASCC), Texas. The procurement involves a firm-fixed price contract, with a project magnitude estimated between $250,000 and $500,000, aimed at enhancing the safety and security infrastructure of the facility. This project is critical for ensuring the operational integrity of the base's security systems. Proposals are due by Friday, November 8, 2024, at 3:00 PM CST, and interested parties are encouraged to attend a site visit on Thursday, October 17, 2024, at 8:00 AM CDT. For further inquiries, contact Cynthia Ramos-Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil.
    Nellis AFB 40YD Dumpster Roll-Off Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of 40YD Dumpster Roll-Off Service for Nellis AFB. This service is typically used for housekeeping and trash/garbage collection purposes. The procurement will be set aside for small businesses, and the place of performance is Nellis AFB in Nevada, USA. The period of performance is from November 10, 2023, to November 9, 2024. Interested parties are invited to submit a complete quote via email, following the provided instructions. The evaluation of offers will consider technical capability and price, with the lowest price technically acceptable methodology being used. The deadline for submitting offers is November 8, 2023, at 12:00 PM PDT. For more information, interested parties can contact Suzanna Kussman, the Contract Specialist, or Adam R. Confer, the Contracting Officer.
    Repair of Valves, Linear Direct, NSN 4810-01-326-0862, P/N 1886-280 and NSN 4810-01-326-0863, P/N 1886-290
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of F110 Linear Direct Valves, identified by NSNs 4810-01-326-0862 and 4810-01-326-0863, with part numbers 1886-280 and 1886-290. The procurement aims to restore these critical safety items to their original life expectancy, requiring contractors to provide all necessary labor, equipment, and materials while adhering to stringent quality standards and compliance with OEM guidelines. This opportunity is particularly significant as these valves play a vital role in aviation safety and performance. Interested contractors must submit their proposals by October 22, 2024, at 4:00 PM CST, and can direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil, with an estimated contract value ranging between $50,000 and $250,000.