56--BLM-CO GJFO AUTOMATIC GATE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Land Management (BLM), Colorado State Office, is soliciting proposals for a Firm Fixed-Price contract to provide automatic gate installation and relocation services at the Grand Junction Field Office in Grand Junction, CO. This Total Small Business Set-Aside opportunity requires the replacement of an existing automotive gate, installation of a new automatic gate, and relocation of a pedestrian gate, all compatible with the Gallagher Security System. Proposals are due March 20, 2026, by 5:00 PM local time.
Scope of Work
The primary objective is to enhance physical security by upgrading and relocating entry control points. Key requirements include:
- Replacement of the existing West automotive tilt-lift gate with a new automatic gate.
- Installation of a new automatic gate (North side, as an option).
- Relocation of an existing pedestrian walk-in gate from the South to the North side of the facility.
- Ensuring all new/replaced gates are compatible with the existing Gallagher Security System controller and T-21 PIV card reader.
- Replacement or relocation of underground wiring and electrical service.
- Integration of safety and EMS items (e.g., Knox Box).
- Provision of a warranty and a preventive/recurring maintenance schedule for installed gates.
- Optional tasks include installing an intercom and video system at the West gate and replacing ground detection loops with wireless options.
Contract Details
- Type: Firm Fixed-Price (FFP)
- Period of Performance: Approximately April 1, 2026, to May 14, 2031 (includes base and option years).
- Place of Performance: 2815 H Road, Grand Junction, CO 81506.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 238990, All Other Specialty Trade Contractors (Size Standard: $19M)
- Applicable Regulations: Davis-Bacon Act (prevailing wage rates apply).
Submission & Evaluation
- Proposal Due: March 20, 2026, by 5:00 PM local time. Offers must be valid for 60 calendar days.
- Site Visit: March 6, 2026, at 1:00 PM MST.
- RFIs Due: March 10, 2026, by 8:00 AM MST.
- Evaluation Factors: Past Performance (Most Important), Technical (Second in Importance), and Price (Least Important). A comparative tradeoff may be used, allowing for a potential price premium for superior Past Performance/Technical merit.
- Eligibility: Bidders must be actively registered on SAM.gov.
Additional Notes
Bidders should review the provided site photos for visual context and the Schedule of Items for detailed pricing requirements. The Performance Work Statement (PWS) outlines specific performance standards, including zero deviation for entry points and 96% AQL for maintenance. All Gallagher components must be programmed for access control, and PACS components must be FIPS 201 Approved.