ContractPresolicitation8a Competed

RFI - Rock Island Arsenal Base Operations Support Services

DEPT OF DEFENSE W519TC-25-R-BOSS
Response Deadline
Jul 25, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
8a Competed
Notice Type
Presolicitation

Contract Opportunity Analysis

The Department of Defense, through the Army Contracting Command at Rock Island Arsenal, is seeking qualified contractors for Base Operations Support Services (BOSS) at its facility in Rock Island, Illinois. This procurement encompasses a range of non-personal services, including building maintenance, hydroelectric plant operations, bridge maintenance, and pest management, aimed at ensuring the operational integrity and efficiency of the Arsenal. The contract is set aside for 8(a) businesses and will be structured as a hybrid Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of five years and an optional five-year extension. Interested contractors must submit their qualifications and responses by July 25, 2025, to the designated contacts, Lindsay Park and Kathy Ward, via email for further consideration in this market research initiative.

Classification Codes

PSC Code
S216
HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT

Solicitation Documents

6 Files
U_AMIM-PWS_Annex-C_Hydro Plant Operations and Maintenance_03Mar2025.pdf
PDF127 KBJul 14, 2025
AI Summary
The document outlines the requirements for the operations and maintenance of the Hydroelectric Plant at Rock Island Arsenal, Illinois, as part of a federal contract. It specifies that the contractor must ensure continuous operation of eight 500-HP and two 250-HP generators, supplying 20-30% of the Arsenal's energy needs. The tasks include maintaining water flow, conducting system inspections, and operating the Supervisory Control and Data Acquisition (SCADA) system for power generation management. Key responsibilities involve routine trash rack maintenance, generator operation, and performing electrical switching operations, with specific protocols for handling frazil ice during winter. Preventative maintenance is mandated, including periodic inspections of turbine bearings and system components, with detailed reporting requirements for both operational performance and outages. Personnel qualifications are outlined, requiring experienced operators, machinists, and supervisory staff. The contractor must submit various reports, including a hydroelectric plant operating plan and weekly maintenance schedules, ensuring accountability and reliability in the facility's operation. The document aims to secure a reliable energy source while adhering to established operational standards, emphasizing the federal government's commitment to maintaining energy efficiency and safety.
U_AMIM-PWS_Annex-E_Pest_Management_03Mar2025.pdf
PDF203 KBJul 14, 2025
AI Summary
The Performance Work Statement (PWS) for the Rock Island Arsenal outlines the Pest Management Services needed for base operations and maintenance. It establishes the contractor's responsibilities to implement an Integrated Pest Management (IPM) program, focusing on public health pest control within facilities and grounds. Key services include pest identification, surveillance, and control of various pests, adhering to stringent federal, state, and local regulations. The contractor must ensure proper licensure, pesticide usage, and safety protocols, while maintaining close communication with the Contracting Officer Representative (COR). Additionally, the PWS specifies response times for service requests—including urgent public health situations—and outlines supportive measures for food-handling and child-occupied facilities. Detailed methods for pest control cover indoor and outdoor environments, employing non-chemical technologies whenever possible. Environmental protection considerations are paramount, with instructions for managing hazardous spill incidents. Quality control measures must be implemented, including the establishment of a comprehensive Quality Control Plan. This document serves as a vital reference for managing pest populations on the Rock Island Arsenal, ensuring health safety, regulatory compliance, and operational efficiency, thus reinforcing the commitment to environmental protection within military installations.
U_AMIM-PWS_Annex-D_Bridge Operations and Maintenance_03Mar2025.pdf
PDF124 KBJul 14, 2025
AI Summary
The document outlines the operations and maintenance requirements for the swing-span bridges at Rock Island Arsenal (RIA), Illinois, detailing personnel qualifications, operational tasks, and preventive maintenance services. Key sections include the need for qualified operators due to the complexity and safety risks associated with swing-span bridge operations, emphasizing adherence to Federal Railroad Administration and Coast Guard regulations. The contractor must ensure 24/7 bridge operation during the navigation season, maintain detailed logs, and establish plans for both emergency and non-emergency repairs. Specific operational tasks are defined, including bridge turning operations, emergency procedures, and conditions under which the bridge should not operate, such as excessive wind. The contract also mandates preventive maintenance protocols, detailing tasks like bridge cleaning and sealing, and establishes a framework for reporting and documentation. The purpose of the document is to provide clear standards and requirements for maintaining the operational integrity of vital bridge infrastructure, ensuring safety and compliance with federal regulations. Overall, it reflects the government’s commitment to effective contract management and infrastructure reliability.
U_AMIM-PWS_Annex-A_Overarching_updated as of 01May2025.pdf
PDF586 KBJul 14, 2025
AI Summary
The Base Operations and Maintenance Performance Work Statement (PWS) for Rock Island Arsenal, Illinois, outlines a non-personal service contract designed to facilitate comprehensive operational support for the U.S. Army Garrison. The contract details various obligations including the delivery of maintenance and repair services, adherence to environmental and safety regulations, and the management of work orders through the General Fund Enterprise Business System (GFEBS). Key operational elements include maintaining traffic flow, managing landscaping restoration, and ensuring prompt responses to emergency requests. The Contractor must execute a transition plan during award execution, maintain quality control, and facilitate effective communication with government representatives (KO and COR). The PWS emphasizes performance-based requirements with achievable quality standards, aiming to support mission-related activities while ensuring compliance with local laws. It encompasses phases such as project work orders (PWOs), preventative maintenance orders (PMOs), and emergency responses, reinforcing the structured methodology for executing facility management. Overall, the document serves as a comprehensive guideline for contractors engaged in maintenance and operational management for government facilities, emphasizing accountability, quality, and procedural adherence.
RFI No.1 - Base Operations Support Services, Rock Island Arsenal 14 July 2025.pdf
PDF159 KBJul 14, 2025
AI Summary
The Army Contracting Command – Rock Island Arsenal is conducting market research for a Base Operations Support Services (BOSS) contract at the Rock Island Arsenal in Illinois. The contract will focus on non-personal services, including building maintenance, hydroelectric plant operation, and bridge maintenance. This effort is projected as an 8(a) set aside, resulting in a hybrid Indefinite Delivery Indefinite Quantity contract with a base ordering period of five years and an optional five years. Interested 8(a) contractors must submit company details, confirm interest in a long-term contract, and provide qualifications in Base Operations Support services. They are required to review draft Performance Work Statement annexes, identify potential risks and subcontracting plans, and suggest cost-saving measures. Responses must be submitted by July 25, 2025, via email, and this notice serves solely for market research, not as a formal solicitation. The information provided will assist in shaping future acquisition strategies. Points of contact are outlined for further inquiries.
U_AMIM-PWS_Annex-B_Facility and Utility System Maintenance_10July2025.pdf
PDF380 KBJul 14, 2025
AI Summary
The Rock Island Arsenal's Performance Work Statement (PWS) for Base Operations and Maintenance outlines requirements for the inspection, maintenance, and repair of facilities and utility systems. The contractor is responsible for various components such as buildings, plumbing, electrical systems, and safety measures while excluding heating and cooling systems. Key tasks include performing regular preventive maintenance, handling emergency situations, and managing a range of systems like fire protection and electrical grounding. The document emphasizes adherence to specific regulations and standards, including maintenance schedules, reporting requirements, and safety protocols. It details procedures for managing both operational and emergency maintenance tasks, ensuring compliance with federal and state regulations. The contractor must maintain records in the General Fund Enterprise Business System (GFEBS) and provide comprehensive reports on various maintenance activities. This structured approach aims to enhance the facilities’ operational integrity while ensuring safety and environmental compliance, highlighting the federal government’s commitment to maintaining essential infrastructure at the Arsenal.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 14, 2025
deadlineResponse DeadlineJul 25, 2025
expiryArchive DateSep 30, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC-RI

Point of Contact

Name
Lindsay Park

Place of Performance

Rock Island, Illinois, UNITED STATES

Official Sources