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 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.
    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 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.
    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.
    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
    Similar Opportunities
    Off-White Epoxy Primer, MIL-DTL-53022
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking sources for the procurement of 1,000 gallons of Off-White Epoxy Primer that meets the specifications of MIL-DTL-53022, Type IV, Class L. The primer must be corrosion inhibiting, high solids, lead and chromate-free, HAPs-free, and a two-component system, with the requirement that the material is listed on the Qualified Products List (QPL). This procurement is essential for military applications where high-performance coatings are critical for equipment longevity and protection. Interested vendors are encouraged to submit their company capabilities and business information to Alicia Piercy via email by December 15, 2025, at 5:00 PM EST, as this notice is for informational and planning purposes only and does not constitute a formal request for proposals.
    DESICCANT,ACTIVATED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of activated desiccant. This solicitation aims to fulfill specific requirements for the manufacture and quality assurance of the desiccant, which is crucial for moisture control in various military applications, particularly on submarines and surface ships. The contract includes stringent quality control measures, including compliance with multiple military standards and specifications, and emphasizes the importance of mercury-free materials. Interested vendors must submit their proposals by December 19, 2025, and can direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information.
    Abrams Integrated Logistics Services (AILS) Solicitation
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is issuing a solicitation for the Abrams Integrated Logistics Services (AILS) contract, aimed at providing comprehensive support for the Abrams Family of Vehicles and related systems. This five-year contract will encompass Field Service Representatives, vehicle maintenance, modification work orders, total package fielding, new equipment training, and program management, including support for Foreign Military Sales (FMS) countries. The services are critical for ensuring the operational readiness and sustainment of advanced military vehicles. Proposals are due by 12:00 PM ET on January 9, 2026, and interested parties should direct inquiries to Jaclyn Beach at jaclyn.j.beach.civ@army.mil, ensuring to submit questions by December 12, 2025.
    53--ANODE,CORROSION PRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 52 units of corrosion prevention anodes, identified by NSN 5340-01-691-7061. The solicitation is a Request for Quotation (RFQ) and is aimed at acquiring these specific hardware components, which are critical for preventing corrosion in various military applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received in a timely manner to be considered. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
    Virkon Vehicle Treatment PA Army National Guard W912KC26QA004
    Dept Of Defense
    The Department of Defense, specifically the Pennsylvania Army National Guard, is seeking proposals from qualified small businesses to provide pre-deployment agricultural disinfection services for 187 pieces of equipment in compliance with EUCOM requirements. The contractor will utilize Virkon-S at a 1:100 dilution ratio to ensure all equipment is sanitized within a specified period from January 26, 2026, to January 30, 2026, with on-site work limited to five days. This service is critical for maintaining compliance with federal, state, local, and military regulations, ensuring that equipment is free of contaminants before deployment. Interested parties must submit their bids, including proof of SAM registration and a completed SF 1449 form, by the deadline for Requests for Information on December 18, 2025. For further inquiries, contact John M O'Boyle at john.m.oboyle.civ@army.mil or Raymond C Folweiler at raymond.c.folweiler.civ@mail.mil.
    R--SME PEER REVIEW - CORROSION MITIGATION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified firms to provide independent scientific reviews of Technical Memorandum 8540-2024-13, which focuses on corrosion mitigation strategies for buried metallic water pipes. The objective is to engage three Subject Matter Experts (SMEs) in corrosion engineering to evaluate the adequacy of proposed criteria for soil corrosivity and the effectiveness of methods aimed at ensuring a service life of 50 to 100 years for these pipes. This review is critical for ensuring compliance with industry standards and federal regulations, thereby enhancing decision-making regarding corrosion prevention in the Bureau's infrastructure. Interested parties must submit their responses electronically to Kelly Cook at kcook@usbr.gov by January 14, 2025, at 5:00 PM ET, and are encouraged to include relevant experience and qualifications as outlined in the attached Performance Work Statement.
    Army Contracting Command – Anniston Army Depot (ACC-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Anniston Army Depot, is soliciting proposals for the Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO). This initiative aims to procure innovative commercial technologies and services that enhance Army operations, focusing on areas such as agile manufacturing, advanced manufacturing, and cyber security, as mandated by the 2022 National Defense Authorization Act. The CSO is critical for integrating modern technologies into existing manufacturing processes to improve operational efficiency and military readiness. Proposals are accepted until September 30, 2030, and interested parties can contact Amber Burdett at amber.e.burdett.civ@army.mil or 571-588-0960 for further information.
    U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command – Watervliet Arsenal is soliciting proposals for the Organic Industrial Base (OIB) Modernization through a Commercial Solutions Opening (CSO) aimed at enhancing defense capabilities via innovative commercial items and technologies. This initiative is part of a broader effort to modernize the Army's manufacturing capabilities, focusing on advanced manufacturing, connected digital systems, and cyber security to maintain military advantage as outlined in the 2014 Quadrennial Defense Review. The CSO process is open until September 30, 2024, and invites both traditional and non-traditional contractors to submit proposals that include an executive summary, technology concept, and rough pricing estimates, with evaluations based on technical merit and funding availability. Interested parties can contact Lauren Scripps at lauren.a.scripps.civ@mail.mil for further information.