Real Property Support Services III (RPSS III)
ID: W912DY25R0034Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILREDSTONE ARSENAL, AL, 35898-0000, USA
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking industry feedback through a Request for Information (RFI) for the Real Property Support Services III (RPSS III) initiative. The objective of this RFI is to gather insights on identifying a more suitable North American Industry Classification System (NAICS) code that aligns with the scope of work for a potential Multiple Award Task Order Contract, transitioning from the current Single Award Task Order Contract under NAICS code 541611. The RPSS III contract aims to address deficiencies in maintaining accurate data within Real Property Systems, which is crucial for audit readiness and compliance, and includes services such as data maintenance, provision of Subject Matter Experts, and conducting analyses related to real property management. Interested parties are encouraged to submit their responses to the RFI by April 4, 2025, to the primary contact, Ines Corbett, at ines.d.corbett@usace.army.mil, or the secondary contact, Lashonda Smith, at lashonda.c.smith@usace.army.mil, with the subject line #W912DY25R0034.

Files
Title
Posted
Mar 27, 2025, 11:04 PM UTC
The document outlines a Performance Work Statement (PWS) for a Multiple Award Task Order Contract (MATOC) aimed at providing Real Property Support Services to the Department of Defense (DoD), specifically managed by the U.S. Army Corps of Engineers (USACE). The contract addresses deficiencies in maintaining accurate data within Real Property Systems, which can result in audit failures and funding issues. Contract services include data maintenance in various Real Property systems, provision of Subject Matter Experts (SMEs) to support Garrison staff, and conducting standalone studies and analyses related to real property management. The PWS emphasizes the need for audit readiness, compliance support, IT systems expertise, and accurate field data validation. Contractors will be responsible for obtaining training and maintaining compliance with federal, state, and local laws. Potential work locations range from the contractor's office to various DoD sites, including overseas. The contract duration is set at a 24-month base period with three optional extensions. Key personnel, including a Program Manager and trained SMEs, must meet strict qualification standards, including knowledge of specific Real Property systems and relevant regulations. The document also covers safety, security, and reporting requirements to ensure compliance and effective performance management throughout the contract's duration.
Mar 27, 2025, 11:04 PM UTC
The U.S. Army Corps of Engineers is issuing a Request for Information (RFI) regarding the Real Property Support Services III (RPSS III) initiative, currently classified under NAICS code 541611 (Administrative Management and General Management Consulting Services). The objective is to gather industry feedback for potentially identifying a more suitable NAICS code to better align with the project scope, as the government considers transitioning from a Single Award Task Order Contract to a Multiple Award Task Order Contract. Respondents are requested to provide insights on how alternative codes, specifically 541990 or 561499, affect their ability to compete and qualify as total Small Business 8(a) contractors. The government aims to assess potential barriers to participation and gather suggestions for codes that ensure small business involvement while aligning with the required services. Inputs are to be submitted by April 4, 2025, and the RFI emphasizes that this is not a solicitation, and no reimbursement will be provided for responses. The intent is purely for market research to inform the final acquisition decision.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Product Manager (PdM) Combat Service Support Equipment (CSSE) Services RFI
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking responses to a Request for Information (RFI) for Acquisition Lifecycle Management Support related to the Product Manager Combat Service Support Equipment (CSSE). The objective is to gather support services encompassing logistics, engineering, risk management, training, and other critical areas to facilitate the planning and execution of acquisition programs for various Marine Corps systems. This initiative is vital for ensuring the effective development and staffing of programmatic efforts that meet the operational needs of the Marine Corps. Interested parties must submit white papers by May 8, 2025, and direct any questions via email by April 15, 2025, to Jessica Munoz at jessica.m.munoz.civ@usmc.mil or Ebony King at ebony.king@usmc.mil. Please note that this RFI is for information purposes only and does not constitute a solicitation for proposals.
CSS 89308 - Replace Doors, Windows, and Vestibule
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking a contractor to replace windows, doors, and vestibules in support of the 99th Readiness Division. This procurement will involve a total small business set-aside and requires the contractor to provide all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, with a size standard of $45 million. The solicitation number W15QKN-25-R-A080 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and interested parties should monitor the site for updates and the actual due date for proposals. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
Rivers Project Office Boundary Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army through the W07V Endist St. Louis office, is seeking qualified small businesses for the Rivers Project Office Boundary Maintenance contract. This project entails the maintenance of the USACE boundary line along specified sections of the Mississippi River and the Lower Illinois River, covering a total distance of approximately 50.05 miles, and includes the replacement of missing and damaged monuments by a certified surveyor for up to 108 surveyor hours. The services required fall under the NAICS code 541370, focusing on surveying and mapping services, which are crucial for maintaining accurate boundary lines and ensuring compliance with conservation regulations. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or 314-331-8506, or Angie Grimes at angie.l.grimes@usace.army.mil or 314-331-8965 for further details regarding this total small business set-aside opportunity.
CSS 88751 - Repair Light Fixtures
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking qualified contractors to replace light fixtures in support of the 99th Readiness Division. The procurement will involve furnishing all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. This project is categorized under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for 100% Small Business participation, with a projected contract value of up to $45 million. Interested parties should note that the solicitation number W15QKN-25-R-A078 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil for further inquiries.
Logistics Readiness Squadron Capabilities: 541614 RFI 16 April 2025
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry partners to provide Logistics Readiness Squadron Capabilities (LRS-C) services through a Supplemental Request for Information (RFI). This procurement aims to identify qualified suppliers capable of delivering a wide range of logistics support activities, including materiel management, traffic management, vehicle management, fuels management, and transportation operations across 27 locations within 10 major commands, potentially covering all Air Force bases. The initiative is crucial for enhancing the efficiency and effectiveness of logistical support for Air Force operations, with the intent to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract valid for up to six years. Interested vendors must submit their responses by close of business on May 1, 2025, to the designated points of contact, including Rick Thorp at richard.thorp.4@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
Logistics Readiness Capabilities: 561210 - RFI 16 April 2025
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors regarding Logistics Readiness Squadron Capabilities (LRS-C) services through a Supplemental Request for Information (RFI) issued on April 16, 2025. The objective is to assess industry interest and capabilities for a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract to support logistics operations across various Air Force bases, focusing on services such as materiel management, traffic management, vehicle maintenance, and transportation. This initiative is crucial for enhancing logistics support to meet the diverse operational needs of the Air Force, ensuring efficiency and responsiveness in logistics operations. Interested vendors must submit their responses by May 1, 2025, to the designated points of contact: Ms. Lisa Pendragon at lisa.pendragon@us.af.mil, Mr. Rick Thorp at richard.thorp.4@us.af.mil, and Ms. Katelyn Timmermann at katelyn.timmermann@us.af.mil.
CAC Refresh
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting proposals for a firm fixed price contract titled "CAC Refresh." This opportunity is a total small business set-aside and involves commercial and institutional building construction, with a focus on the maintenance of office buildings as outlined in the attached Statement of Work (SOW). The contract is significant for ensuring the upkeep and functionality of Army facilities, with an estimated start date of approximately May 30, 2025. Interested parties should direct inquiries to Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335, and must adhere to the specified response date for proposals.
POST-WIDE MAINTENANCE, REPAIR, RECONSTRUCTION, DEMOLITION, REPLACEMENT, AND/OR INSTALLATION, OF A WIDE VARIETY OF ROOFING SYSTEMS DIRECTORATE OF PUBLIC WORKS
Buyer not available
The Department of Defense, specifically the Army's Directorate of Public Works, is soliciting proposals for a competitive 8(a) set-aside contract focused on the maintenance, repair, reconstruction, demolition, replacement, and installation of various roofing systems at Aberdeen Proving Ground, Maryland. This contract, classified under NAICS Code 238160 with a size standard of $19 million, will be structured as a firm-fixed-price, indefinite delivery requirements-type construction contract, anticipated to span five years with a potential six-month extension. The project is critical for ensuring the integrity and safety of roofing systems, particularly in managing hazardous materials such as asbestos during removal and installation processes. Interested contractors must submit their proposals electronically by April 28, 2025, adhering to the detailed submission requirements and evaluation criteria outlined in the solicitation documents. For further inquiries, potential bidders can contact Debora Cristina Cardoso Thelen at debora.c.cardosothelen.civ@army.mil or Barbara Cousins at barbara.d.cousins.civ@army.mil.
Request for Information - USACE-HPCMP HITS-UIII
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking capabilities statements from vendors in response to a Request for Information (RFI) for the High Performance Computing Modernization Program Integrated Technical Services (HITS-U III). The procurement aims to gather information on potential contractors' abilities to provide a range of high-performance computing (HPC) support services, including systems integration, cybersecurity, and operational support for both classified and unclassified environments. This initiative is critical for enhancing the DoD's technological capabilities and ensuring the operational readiness of its HPC resources, which are vital for national defense and scientific research. Interested vendors must submit their responses electronically by April 22, 2025, and can direct inquiries to Melissa Lynn at melissa.k.lynn@usace.army.mil or by phone at 601-920-9176.
Logistics Readiness Squadron Capabilities: RFI 332993 16 April 2025
Buyer not available
The Department of Defense, through the Air Force Installation Contracting Command, is issuing a Supplemental Request for Information (RFI) to identify potential contractors capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services across various Air Force bases. The procurement aims to establish a Multiple Award Contract (MAC) with an Indefinite Delivery Indefinite Quantity (IDIQ) model, covering a range of logistics services including materiel management, traffic management, vehicle management, and transportation support over a period of up to six years. This initiative is crucial for enhancing the operational readiness and efficiency of logistics operations within the Air Force. Interested vendors are required to submit their capability responses by May 1, 2025, to the designated points of contact, including Rick Thorp at richard.thorp.4@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.