Hired Labor Testing Services Blanket Purchase Agreement, CEMVN
ID: W912P825Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST N ORLEANSNEW ORLEANS, LA, 70118-3651, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Hired Labor Testing Services through a Blanket Purchase Agreement for the New Orleans District (CEMVN). The procurement focuses on welding and paint inspections/testing, requiring contractors to adhere to specific qualifications, including the need for a Certified Welding Inspector (CWI) and compliance with various welding standards. This opportunity is set aside for small businesses under the NAICS code 541990, with a total estimated value of $19.5 million, and quotes are due by August 14, 2025, at 11:00 AM (CST). Interested parties should direct inquiries to Anedra A. Baldwin at anedra.a.baldwin@usace.army.mil or Karen D. Hargrave at karen.d.hargrave@usace.army.mil.

    Files
    Title
    Posted
    Amendment 0001 to solicitation W912P825Q0023 for FY25 Hired Labor Testing for CEMVN addresses bidder questions and extends the quote submission deadline. Key clarifications include confirming no incumbent contractor, limited historical workload data, and the government not providing testing equipment. The amendment also revises the facility location requirement, allowing contractors outside the 100-mile radius of the USACE New Orleans District headquarters, provided they can ensure a one-week service turnaround. The new deadline for quote submission is June 11, 2025, at 11:00 AM local time.
    This document is an amendment to solicitation W912P825Q0023 for FY25 Hired Labor Testing for CEMVN. The amendment extends the quote submission deadline to Thursday, August 14, 2025, no later than 11:00 AM (local time). Additionally, it increases the required radius of the contractor's facility location to the New Orleans District from 100 miles to 250 miles. All other terms and conditions of the original solicitation remain unchanged. This modification aims to adjust submission timelines and expand the geographical scope for potential contractors.
    This document, Amendment 0004 to Solicitation No. W912P825Q0023, addresses the FY25 Hired Labor Testing for CEMVN. It provides government responses to offeror questions, clarifying specific qualifications for technicians and the varying number of technicians required per job. The amendment emphasizes that welding requirements are detailed in EM385-1-1, ER 1110-2-8157, and UFGS 05 05 23.16, often referencing American Welding Society standards like D1.1 and D1.5. A Certified Welding Inspector (CWI) is typically needed for these testing procedures. This is anticipated to be the final amendment, and offerors must acknowledge all amendments in their bid package submission. The original solicitation date was May 12, 2025, with this amendment issued on August 12, 2025.
    The document outlines an amendment to the solicitation for Hired Labor Testing Services by the US Army Corps of Engineers (USACE) New Orleans District, designated as Solicitation Number W912P825Q0023. It includes responses to bidders' questions from a Q&A period and announces an extension of the quote submission deadline to June 11, 2025, at 11:00 AM local time. Key points addressed in the amendment include the absence of an incumbent contractor performing the work and the government's limited historical workload data, which mainly involves previous contractors for specific testing services. The government specifies that it will not provide testing equipment, but flexibility is allowed regarding the location requirement for contractors' facilities, necessitating service turnaround time within one week. Additionally, the document acknowledges the request for a one-week extension for bid submission following the Q&A posting and confirms this extension. Overall, the amendment clarifies important details for potential bidders, aimed at enabling fair competition while ensuring compliance with the project requirements.
    The solicitation for FY25 Hired Labor Testing for CEMVN has been amended to extend the deadline for quote submission to August 14, 2025, at 11:00 AM local time. Additionally, the radius for the contractor's facility location has been increased to 250 miles from the previously stated 100 miles. All other terms and conditions of the solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure consideration of their offers. The document serves as a formal notice of these changes, emphasizing the importance of adhering to revised timelines and conditions for compliance in the context of federal contracting. The amendment reflects administrative adjustments necessary for the procurement process within the federal government, ensuring clarity and accessibility for potential contractors responding to the solicitation.
    This document is a combined synopsis/solicitation (W912P825Q0023) for commercial services, specifically welding and paint inspections/testing for CEMVN Hired Labor Efforts. It is issued as a Total Small Business Set Aside under a Request for Quote (RFQ) with the intent to award multiple Blanket Purchase Agreements (BPAs) based on the lowest reasonable price. The NAICS code is 541990 ($19.5 million size standard), and the procurement adheres to FAR Parts 12, 13, and 37. Offerors must be SAM.gov registered as a Small Business under the specified NAICS code. Quotes are due by June 4, 2025, 11:00 AM (local time), and must remain valid for 60 days. Questions must be submitted by May 29, 2025, 11:00 AM (local time) to Anedra.A.Baldwin@usace.army.mil. The solicitation incorporates various FAR and DFARS clauses, including detailed provisions on offeror representations and certifications, particularly regarding business size, ownership, and compliance with federal regulations concerning various restrictions and certifications.
    The document is a solicitation (W912P825Q0023) by the federal government, specifically the U.S. Army Corps of Engineers, for welding and paint inspection and testing services. It is designated as a Total Small Business Set Aside under FAR Part 13.303, with the intention of issuing multiple Blanket Purchase Agreements (BPAs). The procurement involves All Other Professional, Scientific, and Technical Services, under NAICS code 541990, with a size standard of $19.5 million. Offerors must be registered in the System for Award Management (SAM) as small businesses to be eligible. Quotes should be submitted via email by June 4, 2025, and must remain valid for 60 days. The government will award BPAs based on the lowest price conforming to the requirements set forth. Key provisions reference compliance with design and labor standards, selection criteria, and necessary legal clauses related to representations, certifications, labor standards, and telecommunications equipment. The document mandates compliance with various regulations to ensure responsible contracting practices. Overall, the solicitation promotes transparency and competitiveness among small businesses while ensuring quality support for government operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Welding and Soldering Supplies
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide welding and soldering supplies through a Blanket Purchase Agreement (BPA). This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Testing and Inspection Physical Ppty
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for testing and inspection of physical properties. This procurement aims to establish BPAs for commercial items related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, facilitating streamlined acquisition processes to support naval operations. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM), with the opportunity to submit responses open until March 11, 2026. Interested parties should direct inquiries and submissions to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the solicitation number N6833525Q0321 in the subject line.
    Offutt Tank Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.
    Service Repair for Sciaky Spot Welder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    SCBA LIFE EXTENSION
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from Women-Owned Small Businesses (WOSB) for the recertification of 75 MK8 life raft inflation cylinders. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to conduct testing in accordance with DoT-Special Permit 16320, utilizing Modal Acoustic Emissions (MAE) technology to ensure the cylinders meet safety and operational standards. This procurement is critical for extending the service life of the life raft cylinders, which are essential for certifying ships for mission-critical assignments. Proposals are due by December 8, 2025, with the performance period anticipated from January 15, 2026, to March 15, 2026. Interested parties can contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590 for further details.
    MFR Wash Rack Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    Sectional Barge Sandblasting, Repairing, and Painting
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the sandblasting, inspection, repair, and repainting of a sectional barge located at the Lock and Dam in Troy, New York. The project requires the contractor to perform comprehensive services including the removal of existing coatings to SSPC SP5 standards, leak testing, and necessary welding repairs, with specific limits on the extent of repairs allowed. This procurement is crucial for maintaining the operational integrity of the barge system, which is essential for various hydraulic structures managed by the government. Proposals are due by December 22, 2025, at 2:00 PM local time, and interested parties can contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or Orlando Nieves at orlando.nieves@usace.army.mil for further information.