Corrosion Prevention and Engineering Services
ID: W912CH24R0175Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Engineering Services (541330)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH (AC12)

Set Aside

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

    The Department of Defense, specifically the U.S. Army, is seeking contractors to provide Corrosion Prevention and Engineering Services as part of a firm-fixed-price contract for the Soldier's Combat Capabilities Development Command (DEVCOM) and the Tank-Automotive and Armaments Command (TACOM) Corrosion Prevention and Control (CPC) Program. The objective of this procurement is to enhance corrosion prevention and mitigation strategies for military vehicles and equipment over a five-year period, requiring technical support in corrosion analysis, data collection, training, and program implementation. This initiative is crucial for maintaining the longevity and operational readiness of military assets, ensuring effective communication and documentation through structured deliverables such as progress reports and technical manuals. Interested parties should direct inquiries to Stephanie Douangmala at Stephanie.a.Douangmala.civ@army.mil or Jason Ladd at jason.d.Ladd.civ@army.mil, with proposals due by February 28, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirement List (CDRL) for Corrosion Engineering Services, providing a structured report format for contractors to submit various required documents under a future contract. It specifies obligations such as the Monthly Progress Report, Quarterly Technical Report, Final Technical Report, Survey Report, Survey Dashboard, Presentation Materials, Instructional Videos, and Technical Manuals, along with their due dates and content requirements. The Monthly Progress Report, for instance, is due 30 days post-award and requires insights on research, cost studies, and accomplishments, while the Final Technical Report summarizes project activities and recommendations. The Survey Report mandates detailed findings on corrosion prevention efforts and includes specific recommendations. Each report needs to be delivered electronically and in a prescribed format following Department of Defense guidelines. The requirement for these reports aligns with ensuring effective communication and documentation in managing corrosion engineering projects, crucial for the maintenance and longevity of military equipment. Overall, this CDRL serves as guidance for contractors to maintain compliance with military documentation standards while executing corrosion control initiatives.
    The document serves as a Past Performance Questionnaire related to Solicitation W912CH-24-R-0175 by the U.S. Army Contracting Command for the provision of Corrosion Prevention and Engineering Services. The contract aims to engage a contractor who will deliver comprehensive technical and analytical support for the Army's Corrosion Prevention and Control Program. This includes assessments, inspections, technical writing, and various engineering support activities to fulfill DEVCOM's objectives. Offerors are instructed to distribute the questionnaire to relevant contacts who can assess the contractor’s past performance. It features evaluation criteria such as technical/business relations, schedule/timeliness, management, and includes detailed rating scales. Respondents are expected to provide assessments, with narratives explaining their ratings, to determine the contractor's qualifications effectively. The completed questionnaires must be submitted electronically by February 28, 2025, emphasizing the importance of accurate and factual assessments to inform contract awards.
    The document outlines the instructions for Offerors responding to a government Request for Proposal (RFP), detailing the Government Format Pricing Model (GFPM) required for pricing submissions. Offerors must complete specific tabs, including "Totals" and "Minimum Qualifications," with an automatic calculation of totals based on user inputs for various ordering years and direct labor costs for different roles such as Program Manager and Engineering Specialists. The proposal requires adherence to federal labor standards, including unqualified assumptions related to hours worked per year. Specific educational and experience qualifications are mandated for key positions to ensure compliance with government standards. The document emphasizes the importance of proper project costing, including labor, materials, and travel expenses, ensuring comprehensive assessment for selection and budget allocation within federal or state grant frameworks. This structured approach aids in establishing clarity for potential Offerors and maintains the integrity of the bidding process.
    The document outlines labor categories and requirements for corrosion engineering and management services relevant to government RFPs and grants. It specifies three key roles: Program Manager/Senior Consultant, Inspection Lead/Senior Engineer, and Analysis Engineer/Staff Engineer. Each role necessitates advanced educational qualifications and extensive experience in corrosion engineering. The Program Manager is responsible for overseeing program execution and ensuring work quality aligns with customer needs and quality assurance processes, requiring over 15 years of experience and a B.S. Degree in Engineering alongside an advanced degree in Management. The Inspection Lead is tasked with coordinating inspection efforts and data collection, needing more than 10 years of experience and relevant industry certifications (e.g., NACE Certified Specialist). The Analysis Engineer's responsibilities include data acquisition and trend analysis, requiring at least six months to 10 years of experience and a B.S. Degree in Engineering. Overall, the document emphasizes the critical need for qualified professionals in corrosion control, reflecting the federal government's focus on maintaining high safety and quality standards in engineering projects. The outlined roles and expectations aim to ensure comprehensive support for corrosion management initiatives within various government frameworks.
    The document is an amendment to a government solicitation (RFP) for a firm fixed-price contract administered by the Army Contracting Command Detroit Arsenal. It outlines necessary updates, including a new question and answer section for potential contractors, emphasizing the importance of timely submission of questions related to the RFP. Key details include instructions for proposal submission, specifying proposal content, format, and submission methods, which must adhere to electronic submission standards. The amendment clarifies evaluation factors focused on past performance and pricing, requiring offers to be comprehensive, clear, and presented in U.S. dollars. Additional information regarding organizational conflict of interest, property management plans, and security protocols during elevated threat conditions is also addressed. The fundamental aim of the amendment is to refine the solicitation process, ensuring clarity and compliance for contractors while actively encouraging engagement and transparency throughout the proposal evaluation process.
    The document is a Request for Proposal (RFP) (W912CH-24-R-0175) issued by the U.S. Army to solicit contractors for corrosion engineering and logistics support for the Soldier's Combat Capabilities Development Command (DEVCOM) and the Tank-Automotive and Armaments Command (TACOM) Corrosion Prevention and Control (CPC) Program. The aim is to enhance corrosion prevention and mitigation strategies for military vehicles and equipment over a five-year contract period. Key components of the RFP include providing technical support in corrosion analysis, data collection, training, and program implementation. Contractors must comply with federal acquisition regulations, manage potential organizational conflicts of interest, and address specific technical and logistical challenges as outlined in the Performance Work Statement (PWS). The contractor will manage field assessments, establish training programs, and ensure compliance with Army regulations. The proposal outlines structured deliverables, including reports on corrosion surveys, maintenance plans, and training materials. The solicitation emphasizes a firm-fixed price contract and requires that only full quantity offers be considered. The document is detailed, reflecting the complexity and rigor associated with government contracts focused on maintenance and sustainability in military operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Corrosion Prevention and Control
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is preparing to solicit proposals for corrosion prevention and control services at Camp Kinser, Okinawa, Japan. This procurement aims to provide field-level maintenance support, including inspection, body repair, surface preparation, and coating application, essential for maintaining the operational readiness of military vehicles. The contract will be a firm fixed-price arrangement, expected to span five years with an initial eight-month base period followed by four one-year extensions, and will be open for full competition. Interested vendors must submit a Small Business Participation Plan and be registered in the System for Award Management, with the solicitation anticipated to be released by April 2025. For further inquiries, potential offerors can contact Kimberly A. Stone at kimberly.a.stone@usmc.mil or Deshawn Gaines at deshawn.gaines@usmc.mil.
    PRIMER
    Buyer not available
    The Department of Defense, through the U.S. Army, is soliciting proposals for the procurement of a corrosion-inhibiting epoxy primer, as outlined in solicitation number W51AA125Q0023. The primer must conform to MIL-DTL-53022 standards, be free of hazardous materials, and meet the specifications detailed in the Statement of Work. This procurement is critical for ensuring the longevity and protection of military equipment, reflecting the Army's commitment to using high-quality materials in its operations. Interested suppliers must submit their proposals by 12:00 PM on February 26, 2025, and can contact Melissa Hoffman at melissa.hoffman4.civ@army.mil or by phone at 570-615-8742 for further information.
    SSN for Procurement of Cyclic Corrosion Tester
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting market research for a potential contract to procure a cyclic corrosion tester, also known as a salt fog chamber. The procurement aims to acquire one unit that can simulate various environmental conditions, including salt fog, temperature fluctuations, and humidity, along with on-site installation, training, calibration, and acceptance testing within 6 to 12 months of contract award. This equipment is crucial for testing materials and coatings under corrosive conditions to ensure their durability and reliability in military applications. Interested vendors are invited to submit a capabilities statement and relevant experience by February 28, 2025, and should direct inquiries to Taylor Siskoff or Portia Sampson via their provided email addresses.
    Corrosion resisting steel
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking proposals for the procurement of corrosion-resisting stainless steel materials, including plates, sheets, and bars, under solicitation W519TC25Q2062. This procurement is critical for supporting the manufacturing operations at the Rock Island Arsenal, ensuring the availability of high-quality materials necessary for military applications. Interested vendors must be certified in the Joint Certification Program and adhere to strict delivery schedules, with proposals due by January 7, 2025, at 11:00 AM. For further inquiries, interested parties can contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.
    PKB - Aircraft Corrosion Control Services - Travis AFB, CA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Aircraft Corrosion Control Services at Travis Air Force Base, California. The primary objective is to maintain aircraft integrity through comprehensive washing and corrosion prevention operations for various aircraft models, including the C-5, C-17, KC-46, and C-130. This procurement is crucial for ensuring the operational readiness and safety of military aircraft, emphasizing compliance with stringent federal, state, and local regulations. Interested vendors must submit their proposals, including a Past Performance Questionnaire, by February 26, 2025, with a total contract value of up to $40 million and a focus on small business participation. For further inquiries, contact William Rife at william.rife.1@us.af.mil.
    SPE4AX25R0001 CCAD IPV Gen II
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the supply of approximately 9,400 commercial items necessary for the operation of the Corpus Christi Army Depot under solicitation number SPE4AX-25-R-0001. The procurement aims to establish a reliable supply chain for critical military operations, with specific requirements for key personnel including a Program Manager and Site Manager, and a focus on compliance with supply chain risk management standards. Proposals must be submitted by March 17, 2025, with a cutoff for questions on March 3, 2025. Interested parties can contact John H. Henley III at john.henleyIII@dla.mil or 804-279-2041 for further details.
    Fort Novosel, AL Tank Inspection
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for tank inspection services at Fort Novosel, Alabama, under a combined synopsis and solicitation notice. The procurement aims to secure professional services for the inspection, cleaning, and maintenance of various aboveground storage tanks, ensuring compliance with federal, state, and local regulations. These inspections are critical for maintaining the integrity and safety of fuel storage systems, which play a vital role in military operations and environmental protection. Interested contractors must submit their proposals by March 4, 2025, at 2:00 PM CDT, and can direct inquiries to MAJ Minh Thu Vu at minhthu.t.vu@usace.army.mil or 402-995-2892.
    M1E3 Engineering Change Proposal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the M1E3 Engineering Change Proposal, aimed at enhancing military armored vehicle capabilities. This procurement focuses on the manufacturing and modification of tanks and their components, which are critical for maintaining and advancing national defense capabilities. The work will be performed in Sterling Heights, Michigan, and is categorized under the NAICS code 336992, emphasizing its significance in military research and development. Interested parties can reach out to Shalonda Hawkins at shalonda.l.hawkins.civ@army.mil or John Finn III at john.j.finn75.civ@army.mil for further details regarding the solicitation process.
    R-CYLINDER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the R-Cylinder, a component critical to ship and boat propulsion systems. The procurement requires contractors to provide a firm-fixed price for the repair services, adhering to specific turnaround times and quality standards, including compliance with MIL-STD packaging and Government Source Inspection. This contract is vital for maintaining operational readiness and ensuring the reliability of naval assets. Interested contractors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL, with the solicitation closing on February 24, 2025, and additional deadlines for submissions on June 28, 2024, and May 15, 2024.
    Mission Breathable Air Maintenance Service Contract
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Tobyhanna Army Depot, is soliciting proposals for the Mission Breathable Air Maintenance Service Contract. This contract involves providing preventative maintenance and emergency repair services for breathable air systems, ensuring optimal operation and compliance with safety and environmental regulations. The services are critical for maintaining air quality and safety standards within military facilities, emphasizing the importance of reliable equipment in operational readiness. Proposals are due by March 3, 2025, following a mandatory site visit on February 20, 2025, and interested contractors should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details.