EAGLE Fort McCoy, WI - W519TC-23-R-0119
ID: W519TC23R0119Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

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

    The Department of Defense, through the Army Contracting Command, is soliciting proposals for logistics support services at Fort McCoy, Wisconsin, under Solicitation No. W519TC-23-R-0119. The contract, designated as a Total Small Business Set-Aside, encompasses maintenance, supply, and transportation services essential for supporting the installation's training missions, with a focus on adhering to Army regulations and quality standards. This procurement is critical for ensuring operational readiness and efficiency within military logistics, with a contract duration of one year and options extending up to five years and six months. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Tayler Kerr at tayler.m.kerr.civ@army.mil or Seth Fuller at seth.j.fuller2.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Sustainment Command issued a Request for Proposal (RFP) for Logistics Support Services at Fort McCoy, Wisconsin. The primary focus of this solicitation is to secure comprehensive contractor services in Maintenance, Supply, and Transportation, supporting military training and operational readiness. The Performance Work Statement (PWS) specifies contractor requirements, including personnel management, compliance with safety and environmental regulations, and adherence to quality control standards. Key responsibilities include maintaining an adequately trained workforce, ensuring physical and operations security, and developing a robust reporting and tracking system for various funding sources. The contractor must establish a contingency plan for emergencies, effectively communicating with military units and adapting to changing operational demands. Furthermore, the document outlines stringent personnel requirements, including security clearance regulations and ongoing training for contractor employees in safety, anti-terrorism, and sexual harassment policies. Overall, the RFP aims to enhance the Army’s logistics capabilities through efficient contract performance, compliance with federal directives, and commitment to operational excellence, ultimately supporting the United States Army's mission at Fort McCoy and beyond.
    The U.S. Army Sustainment Command issued Solicitation # W519TC-23-R-0119 for logistics support services at Fort McCoy, WI. The Performance Work Statement (PWS) outlines comprehensive requirements for contractor performance in maintenance, supply, and transportation to support the installation's training missions. Key areas include personnel qualifications, safety, environmental compliance, and security protocols. Contractors must adhere to stringent labor and management guidelines, including non-personal services frameworks and rigorous drug-free policies. The PWS emphasizes the need for quality control, with expectations for documentation and adherence to best practices to achieve efficiency and cost-effectiveness. The document outlines potential fluctuations in workload and the necessity for contractors to adjust staffing and resources accordingly. In addition, it mandates comprehensive training programs covering health, safety, and specific operational protocols, underscoring the importance of operational readiness and compliance with military standards. Ultimately, this solicitation aims to ensure that Fort McCoy maintains its operational capabilities effectively while supporting Army training strategies.
    The document outlines staffing and hours proposed for various functional areas at Fort McCoy LRC as of June 1, 2023. It specifies different employee categories, their respective proposed hours per Full-Time Equivalent (FTE), and the necessary compliance requirements for contractor proposals. Key sections include the Program Management Office (PMO), Maintenance, Supply, and Transportation functions, each detailing the labor categories, FTE counts, and applicable Service Contract Act (SCA) codes. The proposal mandates that Offerors submit a comprehensive staffing/labor mix that aligns with performance work statement (PWS) requirements, including hours for base and option periods, and the identification of exempt and SCA classifications. Non-compliance with submission guidelines will lead to disqualification. Overall, this document serves as a framework for prospective contractors to understand staffing requirements and operational expectations for the Fort McCoy LRC contract opportunities, emphasizing the importance of thoroughness and adherence to procedural standards in their proposals.
    The document serves as a performance questionnaire for Offerors participating in the government RFP W519TC-23-R-0119. It emphasizes the importance of addressing any past performance issues prior to evaluations, as there will be no subsequent opportunities to do so. Offerors must complete the questionnaire for both themselves and significant subcontractors (those performing 20% or more of the contract). Key information requested includes contract description, functional areas, average annual dollar value, contractor role, and performance dates. Additionally, Offerors must disclose any past performance problems or relevant contracts that were terminated, providing details like contract number, nature of issues, corrective actions taken, and contacts for confirmation. This thorough approach aims to ensure that the Offerors demonstrate their ability to meet government expectations and learn from past performance, thereby enhancing the selection process for federal grants and contracts within the RFP context.
    The document outlines a consent letter for subcontractors participating in the Request for Proposal W519TC-23-R-0119 related to the Enhanced Army Global Logistics Enterprise (EAGLE) logistics services at Ft. McCoy, Wisconsin. It emphasizes the importance of assessing the performance records of both the Prime Contractor and the Subcontractor(s), facilitating this process through mutual agreement to share and discuss performance information. The letter specifies that the individual signing has the authority to bind the company and authorizes the government to release and discuss the company's past and present performance details with the Prime Contractor during the source selection process. The structure includes a greeting, a statement of intent, consent terms, and a signature section for identification and authorization. This document serves to streamline the evaluation of contractors' qualifications in compliance with federal procurement guidelines, ensuring transparency and collaboration in the bidding process.
    The document outlines the proposed pricing and service structure for various divisions involved in maintenance, supply, and transportation at Ft. McCoy, WI. It comprises distinct Contract Line Item Numbers (CLINs) categorized by their contracting type such as Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF). Each CLIN includes budget estimates across a five-year plan, including potential options for service extensions. Key divisions addressed are the Installation Maintenance Division (IMD), Installation Supply Division (ISD), and Installation Transportation Division (ITD), with specific labor costs and fees outlined. Additionally, it emphasizes compliance requirements related to the proposal submission, warning that discrepancies between subtotal figures across different tabs will render the proposal non-compliant. The structure necessitates detailed listing of contractors, subcontractors, their roles, percentages of participation, and requirements for contractor reporting. The document serves as a comprehensive guide for submitting competitive, compliant proposals in alignment with federal and state contracting protocols, focusing on proper cost estimation and labor allocation for contract execution.
    The document outlines the findings of a pre-award survey assessing the accounting system of a prospective contractor for a government contract. It affirms that the accounting system is deemed acceptable for contract award, with a recommendation for a follow-up review after the contract is granted. Key evaluation areas include compliance with generally accepted accounting principles, proper cost segregation, identification of costs by contract, maintenance of financial information, and operation status of the accounting system. The evaluation checklist ensures that the system provides reliable, timely data for contract pricing and adheres to federal accounting standards. The document emphasizes that the accounting system should be fully operational and capable of producing necessary financial information to support government contract requirements. Overall, the assessment is crucial for assessing potential risks and ensuring compliance in contract execution.
    The document outlines the Wage Determination No. 2015-4929, issued by the U.S. Department of Labor, which specifies minimum wage rates and benefits for service employees under the Service Contract Act in Wisconsin. Key provisions detail that contracts formed after January 30, 2022, must adhere to a minimum wage of $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a lower minimum of $12.90 per hour if not renewed. The document presents an extensive list of occupations across various sectors, each with assigned wage rates and fringe benefits that include health and welfare, vacation, and paid holidays. It also discusses the applicability of Executive Orders related to paid sick leave and specifies conditions for uniform allowances and hazardous pay differentials. The purpose of this wage determination is to ensure fair compensation and worker protections for service employees engaged in federally funded contracts, aligning with government procurement and employment standards. The comprehensive nature of the document establishes guidelines contractors must follow to comply with federal labor regulations.
    The Enhanced Acquisition Global Logistics Enterprise (EAGLE) Task Order Guide for Government Approval & Oversight outlines the purchasing and invoicing process for contractors at Fort McCoy, WI. This guide aims to ensure proper cost accounting while allowing contractors to deliver maintenance, supply, and transportation services effectively. It consists of seven sections detailing decisions made, roles and responsibilities, process flow diagrams, and required actions. Key processes include obtaining necessary approvals for purchases over $10,000, with written validation from the Contracting Officer's Representative (COR) and approval from the Procuring Contracting Officer (PCO). The contractor must submit purchase requests (PRs) with three competitive quotes, documenting expenditures and coordinating with the COR for receipt confirmation. Both the COR and PCO play essential roles in approving purchases and invoices, with the PCO conducting a sampling review of invoices prior to payment approval by the Defense Contract Audit Agency (DCAA). Emphasis is placed on maintaining clear communication via email and ensuring accountability in financial obligations. This guide serves to identify efficiency opportunities throughout the contracting and invoicing processes as they evolve.
    The document presents a list of blocked file extensions relevant to a government request for proposals (RFP) context, identified as W519TC-____-R-______. Issued on January 21, 2016, it catalogs file types that are prohibited for submission due to security and compatibility concerns. The extensive list includes various executable files, script files, and compressed formats, such as *.exe, *.js, and *.zip, indicating the government's intent to mitigate risks related to malware and unauthorized access. This attachment serves to guide potential applicants in ensuring compliance with the submission protocols, thereby safeguarding the integrity of the procurement process. The regulation of file types reflects a broader focus on cybersecurity in government operations and initiatives.
    The document outlines a government solicitation and proposal submission process related to a task order under federal contracts. It captures essential details including the offeror (prime contractor or subcontractor) information, CAGE codes, and specifics like the solicitation number (W519TC-23-R-0119) and proposal due date. The structure of the document includes columns for listing previous contract references, contractor performance, and relational affiliations such as joint ventures and predecessor companies. Key elements include the analysis of work performed under various functional areas such as maintenance, supply, and transportation, along with the requirement for documentation (PWS, SOW, SOO) to highlight relevant tasks completed by contractors. Financial metrics, including total contract value, duration, and average annual dollar value, are essential for evaluating contractor qualifications. Overall, the purpose of this document is to standardize the collection of relevant contractor experience information in response to government RFPs, ensuring comprehensive assessment and compliance with solicitation requirements.
    The document labeled as "DRAFT Attachment 0012 – NOT APPLICABLE" appears to serve as an administrative placeholder rather than a functional attachment relevant to federal requests for proposals (RFPs), federal grants, or state and local RFPs. Its content suggests that it provides no substantive information or directives pertinent to project proposals or funding applications. As such, it lacks key elements typically found in RFP documents, such as guidelines, requirements, or evaluation criteria that would inform potential applicants or stakeholders about funding opportunities or project expectations. The absence of relevant content implies that this draft may either be in preparatory stages or deemed unnecessary for current needs. Therefore, without substantial details or purpose elaborated within this attachment, it does not contribute to the operational framework surrounding governmental RFPs or grant submissions.
    The memorandum from the Department of the Army's Logistics Readiness Center outlines the Enhanced Army Global Logistics Enterprise (EAGLE) Mission Essential Contractor Services, as mandated by DFARS 252.237.7023. It emphasizes that contractors designated as essential must ensure uninterrupted service delivery during crises, including base closures due to adverse weather. The LRC Director has classified specific contractor services supporting mission-essential functions into areas such as Installation Maintenance, Supply, and Transportation Divisions. Key responsibilities include providing maintenance support, supply support through various facilities (CIF, ISSA, Hazardous Materials, and ASP), and transportation operations like personal property processing and rail support. The memorandum highlights that maintaining these essential services is crucial for operational continuity and efficiency in the Army's logistics functions.
    The document labeled "Attachment 0014 – NOT APPLICABLE" consists of a draft indicating it is not relevant to the context of federal government RFPs, grants, or local RFPs. The absence of content suggests that no additional parameters, requirements, or specifications are to be considered under this attachment. Given the typical framework of RFPs and grants, which often include eligibility criteria, submission guidelines, and project scopes, the designation of "NOT APPLICABLE" indicates that this attachment does not contribute to understanding or executing the associated RFP or grant process. As such, evaluators and applicants should focus solely on the applicable components of the broader request without needing to account for any stipulations or information from this particular attachment.
    This document is a submission form for subcontractors providing cost information in response to Task Order Solicitation Number W519TC-23-R-0119. It instructs subcontractors to complete the attachment as part of their proposal submission to the government via SAM.gov. The required information includes the full company name and CAGE code of the subcontractor as well as the name and BOA number of the Holder for which the proposal is submitted. This attachment ensures compliance with federal procurement protocols, focusing on accurate financial disclosure by subcontractors within the broader context of government contracts. The primary purpose is to facilitate transparency and accountability in the pricing related to federal projects, contributing to effective governance and fiscal responsibility.
    The document outlines maintenance performance requirements and standards under a government contract, detailing specific tasks and quality assurance measures. It includes various maintenance categories such as materiel maintenance, allied trades, repair parts management, and safety compliance for contractor personnel. Each section specifies tasks, applicable quality standards derived from Army Regulations (AR), and acceptable quality levels (AQL) to assess contractor performance through random or periodic sampling. For example, inspections of work orders and maintenance support must meet AQLs of 4.0, while specialized tasks, such as operating spray booths, have stricter standards with an AQL of 0.065. The document serves to ensure compliance with existing regulations, promote safety standards for equipment, and guarantee timely and effective maintenance services. As part of federal grant and RFP processes, it reflects the government's commitment to meticulous oversight of contractor performance to maintain operational safety and efficiency.
    The document outlines quality and timing standards for supply and service functions within the Installation Supply Services Division (ISSD) and other related agencies. It establishes protocols for processing lateral transfers, maintaining records, conducting inventories, and handling unserviceable and serviceable excess items, with particular attention to timeliness and adherence to regulations such as AR 710-2 and local directives. Various tasks are evaluated using random sampling and specified Acceptable Quality Levels (AQLs), typically around 2.5 for most processes but lower for critical functions related to inventory accuracy, which require an AQL of 1.0. Additionally, the guidelines address hazardous material storage, safety inspections, and employee training at ammunition supply points (ASPs), ensuring compliance with safety regulations and operational readiness. Each area is meticulously documented to uphold accountability and facilitate improvement in the supply chain processes. This standardization reflects a commitment to operational excellence within federal and local government agencies, supporting effective resource management and accountability.
    This document outlines transportation requirements and quality standards as part of government contracting processes, emphasizing personal property operations, unit movements, rail operations, contractor personnel requirements, and safety measures. Various tasks are identified, with specifications for timeliness and quality based on random sampling methods. Acceptable Quality Levels (AQL) for each requirement are set, reflecting the government's expectations for performance. Key tasks include processing entitlements and reimbursements within three days, providing timely support for passenger and cargo movements, and conducting thorough maintenance checks on locomotives in compliance with regulations. Safety compliance is a priority, with protocols for checking eye-wash stations, portable fire extinguishers, and electrical equipment to meet regulatory standards. Emphasis is placed on documenting actions accurately and adhering to maintenance timelines to ensure operational readiness. Overall, this document serves as a guideline for contractors seeking to understand the quantitative and qualitative standards required by the federal government in the transportation sector, ensuring efficiency, safety, and compliance in operations.
    The document outlines environmental compliance requirements for contractors involved in federal projects, emphasizing adherence to various federal, state, and local environmental laws. Key obligations include following EPA procurement guidelines, obtaining necessary licenses and certifications, and notifying appropriate regulatory authorities of noncompliance or inspections. Contractors must assign an Environmental Compliance Designee (ECD) to manage hazardous materials and waste, maintain competency training for personnel, and report solid and hazardous waste disposal quantities monthly. Additionally, provisions for spill prevention, stormwater management, pesticide use, and protection of sensitive areas are included. The contractor is responsible for ensuring that all activities minimize environmental impact and comply with installation-specific requirements. Overall, the document serves to promote sustainable practices and environmental stewardship within the contracting process, reflecting the government's commitment to environmental responsibility in public procurement.
    The document provides an extensive compilation of definitions, acronyms, and abbreviations relevant to government operations, particularly within the context of logistics, procurement, and contract management in the Department of Defense (DOD). Its primary purpose is to standardize terminology used across federal government contracts and grants, ensuring clarity and consistency in communication regarding responsibilities such as property accountability, equipment maintenance, and contract performance specifications. Key concepts include "Abandoned Property," which refers to unclaimed personal property in military custody, and "Acceptable Quality Level (AQL)," defining permissible deviations from standards in contract deliverables. The document outlines various roles, such as Accountable Officers and Contracting Officers, emphasizing the importance of oversight and accountability in logistic support activities. In terms of application, these definitions are vital for contractors and government agencies to ensure compliance and maintain high performance in fulfilling government contracts for goods and services. By providing a standardized lexicon, the document facilitates better understanding and execution of responsibilities, critical for effective operation in military and governmental logistics and procurement processes.
    The document serves as a comprehensive reference for contractors engaged with the U.S. Army, detailing the applicable regulations, manuals, and procedures they must adhere to during their work. It emphasizes the contractor's responsibility for reviewing the most current publications available on the Army's official website. The document enumerates a wide array of Army Regulations (ARs), Department of the Army Publications (DA PAMs), and Department of Defense Instructions (DODIs) that cover various aspects including management protocols, safety procedures, and environmental compliance. Specific regulations focus on areas such as personnel security, logistics management, and health programs, ensuring contractors maintain compliance with both federal and Army-specific mandates. By providing this structured list, the document aims to facilitate the contractor's operations in alignment with established military guidelines, ultimately supporting effective project execution within the parameters set forth in government RFPs and grants.
    The document outlines maintenance services required by the 88th Readiness Division under a federal reimbursable contract. The contractor is expected to deliver year-round field-level maintenance, technical support, inspections, and repairs of the equipment stored at Equipment Concentration Site 67, in accordance with military regulations (AR 750-1). Key tasks include performing pass-back maintenance, conducting initial and final inspections on work orders, and providing shop supply services, all meeting specified quality standards set forth in military guidance documents. Quality checks will be conducted through random sampling of completed work orders, with an acceptable quality level (AQL) of 4.0 for all tasks. The importance of accurate reporting through the MMD-01 Maintenance Report is emphasized, ensuring compliance with performance requirements. This contract aligns with federal standards for military maintenance operations, demonstrating the government’s commitment to maintaining high-quality equipment readiness.
    The document outlines the responsibilities of a Contractor designated to provide year-round field-level maintenance and technical assistance to the 181st Multi-Functional Training Brigade (MFTB). Central to the service agreement are scheduled and unscheduled maintenance services adhering to Army regulations, particularly AR 750-1, and guided by detailed performance work statements (PWS). Key performance requirements include performing pass-back maintenance support, conducting initial and final inspections on work orders, and offering shop supply services. Each task is subject to strict quality standards, with specified acceptable quality levels (AQL) based on random sampling of work orders. The Contractor must document any approved relief from performance metrics due to mitigating factors, ensuring that the maintenance efforts meet the required benchmarks. Overall, this file serves as a guideline for the Contractor to manage and report on maintenance operations efficiently, emphasizing accountability and adherence to military maintenance standards.
    The document outlines the operational responsibilities of the Contractor for maintaining and managing the Central Vehicle Wash Facility (CVWF) at Fort McCoy Garrison. The Contractor is tasked with ensuring compliance with the Government's CVWF Operations Manual, including the maintenance of service hours, provision of safety training, and implementation of emergency closure procedures. Additionally, the Contractor is responsible for the delivery and pick-up of General Services Administration (GSA) vehicles for repair, managing a year-round vehicle wash bay, and reporting any accidents involving contractor vehicles. Performance metrics such as timeliness and quality of service are detailed in a Performance Requirements Summary (PRS) matrix, including acceptable quality levels for vehicle service and cleanliness standards for the wash facilities. These outlined responsibilities ensure the operational efficiency of vehicle maintenance services and adherence to safety and environmental regulations.
    The 94th Training Division's Transportation Services RFP outlines the requirements for providing year-round passenger and baggage transportation to and from La Crosse Regional Airport (KLSE). Services must align with airport flight schedules and include updates to the Fort McCoy Bus Service board, which requires prior approval from the Contracting Officer Representative (COR) for any changes. The contractor is responsible for reporting any accidents involving their vehicles to local authorities and must submit accident reports as specified. The document features a Performance Requirements Summary (PRS) matrix detailing the standards for service delivery. Key tasks include timely bus driver support, maintaining and cleaning vehicles before use, and ensuring vehicles are adequate for operational demands. The PRS establishes acceptable quality levels and sampling methods for evaluation. This document's primary purpose is to set forth specific operational and reporting guidelines for contractors engaged in transporting military personnel, ensuring compliance with quality and safety standards as part of federal contract requirements.
    The document serves as a question-and-answer section related to a federal RFP, focusing on clarifications sought by potential bidders. It systematically enumerates questions posed by bidders alongside their corresponding responses, providing insights into specific requirements and expectations outlined in the RFP. Each question is numbered, and references such as RFP and PWS numbers are included for clarity. The responses aim to address concerns about submission guidelines, project scope, compliance standards, and evaluation criteria, ensuring that all bidders have a clear understanding of the project’s objectives and requirements. This transparent communication fosters a level playing field among bidders and enhances the overall effectiveness and competitiveness of the procurement process. The primary purpose is to ensure that all participating entities can align their proposals with the expectations set forth, thus facilitating a fair and efficient award process.
    This document outlines a Request for Proposal (RFP) issued by the U.S. Army for logistics support services at Fort McCoy, including maintenance, supply, and transportation services. The contract is a small business set-aside and will only be competed among Offerors who possess an Enhanced Army Global Logistics Enterprise (EAGLE) Basic Ordering Agreement (BOA) and can certify their small business status under the NAICS Code 561210 by the closing date. The RFP details a Cost Plus Fixed Fee task order with a base period of one year and options that could extend the total performance period to 5 years and 6 months. Key evaluation factors for award include technical capability, past performance, and cost price. Proposals must be submitted electronically by the specified deadline, adhering to strict compliance with the outlined submission instructions. The document also emphasizes the importance of reporting contractor labor hours, adherence to performance standards, and compliance with various regulatory requirements throughout the contract duration. Failure to comply with contract terms could result in negative performance assessments. The Army will use a Best Value source selection process to ensure the most responsible Offeror is awarded the contract, informing the SBA of the awardee’s eligibility post-evaluation. Overall, the RFP aims to secure robust logistics support while ensuring adherence to regulations and supporting small business participation.
    The document is an amendment to Solicitation # W519TC-23-R-0119 issued by the Army Contracting Command - RI. It serves to notify offerors that revisions to the request for proposals (RFP) are anticipated, and they should hold questions until a subsequent amendment (0002) is released, which will include revised attachments and exhibits. Importantly, the due date for proposals remains unchanged. All other existing terms and conditions of the solicitation remain in effect. The contract type involved is primarily a Cost Plus Fixed Fee service contract. This amendment underscores ongoing adjustments in the solicitation process typical within federal procurement, ensuring transparency and clarity for potential contractors.
    This document is an amendment to Solicitation W519TC-23-R-0119, issued by the Army Contracting Command. The amendment serves several purposes, primarily to update attachments and extend the submission deadline for proposals. Significant changes include the incorporation of revised workload data and density lists along with government responses to industry questions. The deadline for proposal submission has been pushed from September 16, 2024, to September 23, 2024, at 12:00 PM Central Time. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged. This amendment is essential in clarifying requirements for contractors and ensuring that they have the necessary information to submit compliant proposals. It reflects the government’s efforts to maintain transparency and facilitate participation in its contracting processes, while also ensuring compliance with regulations governing federal solicitations and contracts.
    This document is an amendment to Solicitation No. W519TC-23-R-0119, issued by the Army Contracting Command, Rock Island, IL. The amendment outlines several key modifications, including the incorporation of new attachments related to the project’s performance work statement and government-furnished facilities. The documentation also addresses responses to industry questions, all updated as of September 16, 2024. A significant change noted is the extension of the submission date for proposals from September 23, 2024, to October 4, 2024, at 12:00 PM Central Time. Offerors are required to acknowledge this amendment in their proposals to avoid rejection. The amendment maintains that all other terms and conditions under the original solicitation remain unchanged. This document demonstrates the federal government's efforts to clearly communicate necessary changes in solicitation processes, ensuring transparency and adherence to regulations in service contracts. It emphasizes the ongoing engagement with industry participants to address inquiries and update relevant project details, facilitating a smoother proposal submission process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) with a capacity of 40 tons. This procurement is set aside for small businesses and aims to fulfill the Army's requirements for transporting construction equipment effectively. The RFP closing date has been extended to September 23, 2024, at 1 PM EST, and interested parties should note that certain pricing details and eligibility requirements have been clarified in the associated RFP document. For further inquiries, potential bidders can contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil or Danial A. Davidson at daniel.a.davidson12.civ@army.mil, with the latter also reachable by phone at 571-588-9401.
    MOVING SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide moving services at the Corpus Christi Army Depot in Texas. The objective is to relocate office-related supplies and equipment from designated buildings to the newly constructed Administrative Annex facility, with service dates to be coordinated with the Contracting Officer's Representative. This procurement is crucial for ensuring a smooth transition and operational continuity for the Army's needs, adhering to federal standards and regulations. Interested parties must submit their proposals, including technical and pricing information, by 1:00 PM on October 1, 2024, and are encouraged to attend a site visit scheduled for September 24, 2024. For further inquiries, contact Terry B. Clark at terry.b.clark4.civ@army.mil or call 361-961-6489.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the production of the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET), with a capacity of 40 tons. This procurement aims to secure a low-bed semitrailer capable of transporting various engineering construction equipment and vehicles, designed for tactical use in diverse environments and compliant with multiple safety standards. The contract will be a total small business set-aside, structured as a five-year Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with two optional years, allowing for a minimum of 10 and a maximum of 840 units to be ordered. Interested parties should note the extended proposal submission deadline of September 23, 2024, and can reach out to primary contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil for further inquiries.
    Snow Removal Services WI088 Multi-Site
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for snow removal services at five locations throughout Wisconsin under solicitation W911SA-25-Q-3028. The contract requires the provision of personnel, equipment, and supervision to ensure safe and compliant snow removal on roadways, parking lots, and sidewalks, with a performance period from November 1, 2024, to October 31, 2025, and options for four additional years. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran enterprises. Interested contractors must submit their quotes by September 27, 2024, and can direct inquiries to Brian Murphy at brian.a.murphy.civ@army.mil for further information.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the procurement of M870A4 Semitrailers, designed for lowbed construction equipment transport with a capacity of 40 tons. The procurement aims to fulfill a minimum commitment of ten units annually, with potential production scaling up to 120 units per year based on demand, emphasizing the importance of these trailers in military logistics and operations. Interested parties should note that there are no progress payments, and they must adhere to the specifications and requirements outlined in the RFP, with questions accepted from September 13 to September 16, 2024. For further inquiries, contractors can contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil or Danial A. Davidson at daniel.a.davidson12.civ@army.mil.
    Snow Removal Services WI088 Multi Site
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide snow removal services at multiple sites in Wisconsin under solicitation number W911SA24Q3118. The contract will cover snow removal operations at three locations, ensuring timely and efficient service from November 2024 to October 2025, with options for four additional years and a potential six-month extension. This procurement is critical for maintaining operational efficiency and safety during winter months, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their quotes by September 27, 2024, and can access the solicitation and related documents at www.SAM.gov. For further inquiries, contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the production of the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET), with a payload capacity of 40 tons. This procurement aims to secure a Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a minimum of 10 and a maximum of 840 trailers over a period of seven years, which includes five ordering years and two optional years. The M870A4 SLCET is crucial for transporting various engineering construction equipment and military vehicles under diverse climatic conditions, ensuring operational readiness in tactical environments. Interested small businesses must submit their proposals electronically by the deadline, with questions accepted until August 5, 2024, directed to the primary contact, Mike Daubenmeyer, at michael.f.daubenmeyer.civ@army.mil.
    Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
    Active
    Dept Of Defense
    The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
    Snow Removal Services at WI088 (MS) Milwaukee and Pewaukee, WI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for snow removal services at two locations in Wisconsin: Milwaukee and Pewaukee. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary personnel, equipment, and materials for effective snow management from November 1, 2024, to October 31, 2025, with options for four additional years and a six-month extension. This procurement is critical for maintaining safety and accessibility at military facilities during winter conditions, ensuring compliance with state and local regulations. Interested vendors must submit their quotes by September 23, 2025, to the primary contact, Courtney L. Davis, at courtney.l.davis65.civ@army.mil, and are encouraged to review all solicitation documents available at www.sam.gov.
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.