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
  1. 1
    Posted Feb 10, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 4, 2025, 12:00 AM UTC
  3. 3
    Due Mar 10, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army, is soliciting proposals for Corrosion Prevention and Engineering Services under Solicitation W912CH-24-R-0175. The objective is to enhance corrosion prevention and mitigation strategies for military vehicles and equipment, requiring contractors to provide technical support, conduct field assessments, and develop training programs over a five-year contract period. This initiative is crucial for maintaining the longevity and operational readiness of military assets, ensuring compliance with federal acquisition regulations. Interested parties should direct inquiries to Stephanie Douangmala or Jason Ladd and submit their proposals, including past performance questionnaires, 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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
The document outlines Amendment 0002 to Solicitation W912CH-24-R-0175, focusing on updates concerning a federal research and development contract. The amendment specifies that Attachment 0002, the Past Performance Questionnaire (PPQ), has been revised to eliminate a point of contact and to align the submission deadline with requirements in Section L.4.1.5 of the solicitation. It emphasizes that all other terms and conditions of the original solicitation remain unchanged and in effect. The amendment also instructs contractors on acknowledging receipt of the changes and clarifies that any modifications to submitted offers can be made prior to the designated opening date. This type of document is typical in the context of federal government Requests for Proposals (RFPs), which ensure clarity and compliance in contract negotiations and management with private entities. The careful structuring of the amendment demonstrates adherence to regulatory standards for procurement processes.
Mar 4, 2025, 8:06 PM UTC
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.
Mar 4, 2025, 8:06 PM UTC
The document outlines a series of questions and answers related to a federal Request for Proposal (RFP). Key inquiries include reimbursement protocols for travel, the funding structure of the contract, and details regarding access requirements for staff working on military bases. Specifically, it confirms that travel costs will be reimbursed at GSA per diem rates, must be separate from labor costs, and that the contract will be financed on an individual task order basis. The current contractor, Vision Point Systems, holds the existing contract and will continue in a follow-on capacity. There are no Government-Furnished Property (GFP) or Government-Furnished Equipment (GFE) involved. Notably, the contractor is not mandated to utilize specific software for corrosion assessments, but tools should meet data management criteria set out in contract requirements. The anticipated travel frequency is about 19 weeks annually, acknowledging variable team sizes during travel. Overall, the responses provide crucial insights for bidders and clarify operational expectations, essential for compliance with the government’s procurement processes.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Chemical Agent Resistant Coating-Low Solar Absorption (CARC-L) Paint System Synopsis
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Detroit Arsenal, is seeking proposals for a Firm Fixed Price, 3 Year Indefinite Delivery Indefinite Quantity (IDIQ) contract for a Chemical Agent Resistant Coating-Low Solar Absorption (CARC-L) Paint System. This procurement aims to secure a specialized paint system that meets military standards for chemical resistance and low solar absorption, which is crucial for enhancing the durability and effectiveness of military equipment. The solicitation is set to be issued on or about May 5, 2025, with a closing date around June 4, 2025, and an anticipated award date in the fourth quarter of Fiscal Year 2025. Interested small businesses must be registered in the DoD's System for Award Management and can direct inquiries to Lauren Wagner at lauren.e.wagner10.civ@army.mil.
Chemical Agent Resistant Coating-Low Solar Absorption (CARC-L) Paint System Synopsis
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Detroit Arsenal, is seeking proposals for a Chemical Agent Resistant Coating-Low Solar Absorption (CARC-L) Paint System. This procurement aims to establish a Firm Fixed Price, 3 Year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of this specialized paint system, which is crucial for military applications requiring low solar absorption properties. The solicitation is set to be issued on or about May 5, 2025, with a closing date around June 4, 2025, and is designated as a total small business set-aside, encouraging participation from small businesses. Interested contractors must be registered in the DoD's System for Award Management (SAM) and can direct inquiries to Lauren Wagner at lauren.e.wagner10.civ@army.mil.
ANODE,CORROSION PRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the procurement of corrosion prevention anodes, identified by NSN 5342-013978773. This procurement is unrestricted and will cover a 5-year base period with an estimated annual demand of 12 units, requiring delivery orders ranging from a minimum of 3 to a maximum of 12 units. The selected supplier will be evaluated based on price, past performance, and delivery, emphasizing the critical nature of the items being procured. Interested parties must submit written offers by May 30, 2025, and are required to be registered in the System for Award Management (SAM) to participate in the solicitation process, which will be available on the DLA Internet Bid Board System starting April 30, 2025. For further inquiries, contact Montana Kipp at Montana.Kipp@dla.mil or call 804-279-3594.
ACC-APG Competitive Opportunities: Edgewood Contracting Division February 2025 update
Buyer not available
The Department of Defense, through the ACC-APG Edgewood Contracting Division, is announcing upcoming competitive opportunities related to chemical and biological defense technologies, with updates expected in February 2025. The procurement will focus on initiatives from the Joint Product Executive Office for Chemical, Biological, Radiological, Nuclear Defense (JPEO CBRND), including projects such as Colorimetric Indicator Detection Technologies and Tactical Water Purification Systems, alongside public affairs and program support services. These efforts are crucial for enhancing the U.S. military's capabilities in addressing chemical and biological threats, while also fostering collaboration with industry and academia through technology transfer agreements. Interested vendors should refer to the provided documents for specific guidelines, anticipated contract values ranging from $250,000 to over $100 million, and upcoming deadlines, including an Industry Day scheduled for June 2025 at Aberdeen Proving Ground.
West Desert Test Center (WDTC) Mission Support Services (MSS) Follow On Solicitation W51EW725RA001 Amendment 0003
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the West Desert Test Center (WDTC) Mission Support Services (MSS) under solicitation number W51EW725RA001. The procurement aims to secure non-personal services, including qualified personnel and necessary equipment, to support developmental and operational testing of Chemical and Biological defense systems at Dugway Proving Ground, Utah. This contract is critical for ensuring compliance with safety and quality standards while enhancing the operational capabilities of the WDTC. Interested small businesses must submit their proposals by 5:00 PM EDT on April 29, 2025, and can direct inquiries to Eukia Bryant at eukia.d.bryant.civ@army.mil or Ingrid Smith at ingrid.v.smith.civ@army.mil.
Welding Equipment Maintenance, Repair, and Calibration
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for the maintenance, repair, and calibration of government-owned welding equipment under solicitation number W91ZLK-25-R-A003. This procurement is set aside for small businesses and aims to secure a contractor capable of providing comprehensive services, including emergency repairs and quality assurance, over a three-year period from July 1, 2025, to June 30, 2028. The selected contractor will be evaluated based on the Lowest Price Technically Acceptable criteria, ensuring that all proposals meet the requirements outlined in the Performance Work Statement. Interested parties must submit their proposals via email by 3:00 p.m. Eastern Time on May 16, 2025, and direct any inquiries to the Contract Specialist, Julius Wood, at julius.a.wood.civ@army.mil.
Armored Multi-Purpose Vehicles for Full Rate Production Contract - Request for Proposal
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Detroit Arsenal, is soliciting proposals for the Full Rate Production (FRP) of Armored Multi-Purpose Vehicles (AMPVs) under a modification to contract W56HZV-23-C-0024. The procurement aims to secure up to 240 vehicles annually over three additional option years, totaling 720 vehicles and associated support kits, with the solicitation directed solely to BAE Systems Land & Armaments L.P. This initiative underscores the Army's commitment to enhancing its armored vehicle capabilities, ensuring that military requirements are met with accountability and compliance. Proposals are due by 5:00 PM Eastern Standard Time on April 30, 2025, and interested parties can direct inquiries to Chelsea Szostak at chelsea.r.szostak.civ@army.mil or Lisa Roulo-Lo Savio at lisa.r.roulo-losavio.civ@army.mil.
SEALING COMPOUND
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking suppliers for a procurement opportunity involving sealing compounds. The procurement aims to acquire a commercial product that is shelf-life sensitive, with a delivery schedule requiring four shipments of 10 units each, starting on December 8, 2025, and continuing every 90 days thereafter. These sealing compounds are critical for various defense applications, ensuring the integrity and longevity of military equipment. Interested vendors must submit their proposals, including safety data sheets and product labels for any hazardous materials, to the primary contact, Rebecca Aglow, via email at REBECCA.AGLOW@NAVY.MIL, with pricing valid for 60 days post-quotation submission.
Military Unique Sustainment Technology II (MUST-II)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Military Unique Sustainment Technology II (MUST-II) program, aimed at enhancing military supply chain processes related to clothing and individual equipment (CIE). The program focuses on forming a community of practice to implement process re-engineering and develop knowledge-based digital technical data models that will improve collaboration among military services, DLA, and the industrial base. This initiative is critical for revolutionizing the management of military uniforms and equipment supply chains using advanced manufacturing technologies, with a total government investment of up to $4 million annually. Interested parties can submit proposals until August 2, 2025, and should direct inquiries to Sara Cepeda at Sara.Cepeda@dla.mil or by phone at 215-737-5498.
SPE4A8-25-Q-0060 - P1 PLATING LINE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is preparing to issue a sole source solicitation for a P1 Plating Line, requiring one unit with a project completion timeline of 365 days after receipt of order (ARO). This procurement will include a comprehensive technical data package (DLA-A-VIBB 24-13-1003) that outlines the necessary design, fabrication, installation, and equipment for plating processes. The solicitation, identified as Request for Quote SPE4A8-25-Q-0060, is anticipated to be released in May 2025 and will follow FAR 13.5 procedures, resulting in a Firm, Fixed Price Contract. Interested vendors can submit offers via mail, email, or the DLA Internet Bid Board System (DIBBS), with detailed submission instructions provided in the addendum. For further inquiries, contact Chanel Green at Chanel.Green@dla.mil or Chanda Tyler at chanda.tyler@dla.mil.