Skip to main content

An official website of the United States government

You have 2 new alerts

183 CES Repair Vehicle Barriers

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Aug 18, 2023 07:42 am CDT
  • Original Published Date: Aug 04, 2023 09:14 am CDT
  • Updated Date Offers Due: Sep 05, 2023 01:00 pm CDT
  • Original Date Offers Due: Sep 05, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 20, 2023
  • Original Inactive Date: Sep 20, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Springfield , IL 62707
    USA

Description

This is Request for Quote to award a single firm fixed-price contract for services, non-personal, to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary to provide inspection, maintenance, and repairs to the existing (2) vehicle barrier units that are not operating or functioning correctly in order to meet all applicable commercial and United States (US) military standards/specifications as well as Federal, State, and local laws and regulations.

In 2011, the (2) vehicle barrier units (Model DSC501 Hydraulic Phalanx Barriers) were installed as part of a Security Improvement – Relocate Base Entrance project. Since installed, there are noticeable delays in function. Barrier units do not work in test mode, only emergency mode.

The contract duration is 30 days or less after notice to proceed (NTP). This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 238990, with a size standard of $16,500,000.  The anticipated magnitude of construction is between $100,000 and $250,000.

Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING which states “By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees” applies to this project. 

A site visit is scedule for 17 Aug 2023 at 1:00PM local time. Location is identified in solicitation. Interested contractors are encouraged to attend and shall follow site visit registration and base access requirements shown in the solicitation. All questions for the pre-award conference must be submitted no later than 3 business days prior to scheduled site visit via email to 1st Lt Alicia Braun at Alicia.Braun@us.af.mil and CMSgt Brent Keller at Brent.Keller.1@us.af.mil.

The Request for Quote closing date are identified in the solicitation. Interested offerors must be registered in SAM. To register go to: https://sam.gov. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities (formerly FBO) website online at https://sam.gov. Contract Opportunities (formally FBO) is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with Contract Opportunities before accessing the system. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY.

DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://sam.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferably via email, to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 183d Wing, Illinois Air National Guard Base, Springfield, IL.

Contact Information

Contracting Office Address

  • KO DODAAC FOR ILANG DO NOT DELETE 3101 J DAVID JONES PKW CAPITOL APRT
  • SPRINGFIELD , IL 62707-5003
  • USA

Primary Point of Contact

Secondary Point of Contact

History