EAGLE Dugway Proving Ground, UT: W519TC-25-R-0008
ID: W519TC25R0008Type: 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)
Timeline
  1. 1
    Posted Feb 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army, is soliciting proposals for logistics support services at Dugway Proving Ground in Utah under solicitation number W519TC-25-R-0008. The procurement encompasses maintenance, supply, and transportation services, aimed at enhancing operational capabilities in support of military operations, particularly in Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) contexts. This competitive acquisition is exclusively available to holders of an Enhanced Army Global Logistics Enterprise (EAGLE) Basic Ordering Agreement (BOA) who can certify small business status under NAICS Code 561210, with a contract duration of up to five and a half years, including a base year and four optional extensions. Interested contractors must submit their proposals by April 18, 2025, and can direct inquiries to Alexander Wilcox at alexander.m.wilcox2.civ@army.mil or Michelle M Lund at michelle.m.lund3@army.mil.

Point(s) of Contact
Files
Title
Posted
The U.S. Army Sustainment Command issues a Performance Work Statement (PWS) for logistics support services at Dugway Proving Ground, UT, under solicitation # W519TC-25-R-0008. The primary objective is to enhance Maintenance, Supply, and Transportation services essential for supporting military operations and training efforts, particularly in Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) contexts. The contractor is tasked with ensuring compliance with legal, security, environmental, and safety standards while meeting operational demands that may change over time due to varying workload conditions. Key components of the PWS include contractor personnel requirements, planning and resource management, and environmental and safety mandates. The contractor must maintain a sufficient workforce to handle fluctuations in workload and navigate logistics challenges efficiently. A robust quality control plan, regular performance assessments, and adherence to military regulations are critical to maintaining operational effectiveness. The PWS emphasizes transparency and accountability, primarily through effective communication with government representatives and a commitment to continuous improvement. Overall, this PWS exemplifies the Army’s aim to acquire effective logistics support services that align with broader defense objectives.
Mar 26, 2025, 8:05 PM UTC
The document pertains to staffing requirements for a project at Dugway Proving Ground, outlining the management of Full-Time Equivalents (FTEs) across various Functional Areas, including Program Management Office (PMO), Maintenance, Supply, and Transportation. It specifies the need for detailed proposals that align with workload requirements, highlighting the importance of skill sets and responsibilities. The Offeror must provide proposed annual hours per FTE for different employee types across both base and option periods, as well as comply with specific reporting formats outlined in the RFP. The document emphasizes that failure to adhere to these parameters will result in a non-compliant proposal that won't be evaluated or awarded. Additionally, it notes the significance of providing proper classifications under the Service Contract Act (SCA) and associated compliance measures for clarity and review purposes. Overall, the content alerts potential contractors about the necessity of a thorough understanding of the project work scope, required labor categories, and strict adherence to submission guidelines to ensure proposal eligibility and evaluation.
Mar 26, 2025, 8:05 PM UTC
The document is a performance questionnaire for offerors responding to RFP W519TC-25-R-0008, emphasizing the requirement to address any negative past performance in proposals. Offerors must complete the questionnaire for the Prime contractor, major teammates contributing 20% or more, and significant subcontractors within specified timeframes. Key information required includes contract descriptions, performance roles, values, locations, and periods. There's a focus on detailing any performance problems or recent contract terminations, necessitating disclosures about corrective actions and contacts for verification. Offerors are urged to provide evidence of their corrective measures to mitigate future performance issues. This questionnaire plays a crucial role in the Government's evaluation process, ensuring transparency and accountability regarding past contractual performance before awarding contracts.
Mar 26, 2025, 8:05 PM UTC
The document is a consent letter related to Request for Proposal W519TC-25-R-0008 for Enhanced Army Global Logistics Enterprise (EAGLE) logistics services at Dugway Proving Ground, Utah. The letter is addressed to the Army Contracting Command and is signed by a Subcontractor participating with a Prime Contractor. The purpose of the letter is to grant permission for the Government to access and discuss the Subcontractor's past and present performance information, which aids in evaluating the Prime Contractor's proposal during the source selection process. The signatory attests to having the authority to legally bind the company, reinforcing the commitment to transparency in the performance assessment critical for government contracting. This letter highlights the collaborative nature of federal procurement processes and the emphasis on performance records in contract evaluation.
Mar 26, 2025, 8:05 PM UTC
The file presents a comprehensive proposal for services at Dugway Proving Ground, UT, encompassing various divisions including Project Management, Installation Maintenance, Supply, and Transportation. It outlines the budget across multiple years, detailing a total proposed price of approximately $2.39 million with various labor and fee components classified by their fixed (FFP) or cost-plus-fixed-fee (CPFF) nature. The document highlights compliance warnings regarding labor fee correlations and emphasizes the importance of maintaining consistency across participant submissions. The proposal also identifies responsibilities for each division while ensuring that joint venture and subcontracting roles are clearly defined. Key details include the necessity for facility clearances, the option for contract extension, and the management of other direct costs (ODCs). This submission aligns with the goals of government RFP processes to maintain thorough accounting, compliance, and strategic management in federal contracting opportunities.
The document outlines the pre-award survey of a prospective contractor's accounting system as part of the government procurement process. The primary goal is to evaluate if the accounting system adheres to Generally Accepted Accounting Principles (GAAP) and is suitable for contract award considerations. The recommendation here is a conditional approval, suggesting a follow-up review after the contract is awarded. Key evaluations include whether the accounting system accurately segregates direct and indirect costs, allocates indirect costs consistently, and maintains an effective timekeeping system. Additionally, the survey assesses the contractor's capability to provide necessary financial information for contract compliance and pricing follow-on acquisitions, along with ensuring the system is fully operational. The structure includes two main sections: a recommendation with a narrative for any identified deficiencies and an evaluation checklist requiring a "yes" or "no" response to specific accounting principles and practices. This examination is essential for safeguarding government funds and ensuring contractors are financially accountable, supporting transparency in the procurement process for federal grants and RFPs.
Mar 26, 2025, 8:05 PM UTC
The Enhanced Acquisition Global Logistics Enterprise (EAGLE) task order guide outlines the purchasing and invoicing oversight process for the contractor at Dugway Proving Ground, Utah. It delineates responsibilities among stakeholders: the contractor, Contracting Officer's Representative (COR), Procurement Contracting Officer (PCO), and the Defense Contract Audit Agency (DCAA). The guide specifies that purchase requests (PRs) are to be validated and approved through a structured approval process involving written justifications and competitive quotes for items over $10,000. It emphasizes timely communication via email and dictates that invoices for cost-type contracts be entered into the Wide Area Workflow (WAWF) system with appropriate approvals. Key procedural steps include validating PRs, confirming receipt of materials, and securing financial agreement from the PCO. The DCAA plays a crucial role in auditing and ensuring that invoices align with contract terms. The document aims to provide a comprehensive framework for maintaining precise financial documentation while ensuring that contracting processes do not disrupt operational efficiency at the facility. Continuous evaluation is suggested to enhance efficiency in purchasing and invoicing procedures.
Mar 26, 2025, 8:05 PM UTC
The document is an attachment titled "Blocked File Extensions" associated with a federal government RFP and outlines specific file types that are prohibited from being submitted or utilized within the system. It lists various file extensions including executable files (e.g., *.exe, *.bat), coding files (e.g., *.js, *.xml), and compressed formats (e.g., *.zip) among others. The purpose of this file is to enhance cybersecurity by preventing potentially harmful file types from being used in government operations. By specifying these extensions, the document aims to mitigate risks associated with malware and unauthorized software, ensuring safe interaction with government IT systems. The attachment serves as a guideline for vendors and participants in federal contracting processes to comply with security protocols and maintain the integrity of the evaluation and bidding phases.
The government file outlines the structure and requirements for submitting proposals related to federal contracts, including task orders, through a standardized template. Key sections include fields for BOA holder and subcontractor information, unique reference numbers, contract details, and performance, including the roles of prime contractor or subcontractor. Each record captures the specifics of contract execution, such as duration, total value, and relationship details involving joint ventures or predecessor companies. The document emphasizes the importance of aligning contract work with specific functional areas like maintenance, supply, and transportation. Contractors are also required to provide points of contact along with descriptions of deliverables in accordance with specified performance tasks. The purpose of this framework is to facilitate transparency and streamline the proposal process for contractors vying for government contracts, ensuring that submitted data reflects comprehensive and relevant experience while complying with regulatory obligations. This structured approach supports better evaluation and selection of contractors by federal or state agencies for service delivery.
The memorandum from the U.S. Army's 407th Army Field Support Brigade outlines the expectations for contractors providing mission-essential services as defined by DFARS 252.237.7023. It emphasizes that these contractors must persist in their operations during crises, adhering to contract terms until officially released by authority. The document identifies specific mission-essential tasks, including Fleet Management Operations, Cargo Movement, Supply Support Activity Operations, Subsistence Management, and Materiel Maintenance Operations. Additionally, it defines key concepts such as "Essential Contractor Service," noting that these services are critical to maintaining the effectiveness of Defense Department operations. Failure to execute mission-essential functions could severely impact the Department’s ability to deliver vital services. Mr. John R. Strong is named as the point of contact for further inquiries regarding these operations at Dugway Proving Ground. This memorandum serves to ensure continuity and resilience in crucial military support roles amid challenges.
The document focuses on the submission of cost information by teammates or subcontractors as part of proposal requirements for Task Order Solicitation Number W519TC-25-R-0008. It specifies that any cost proposal submitted directly to the government through FedBizOpps (FBO) must include the completed attachment. The attachment requires various essential details from the submitting company, including its full name, CAGE code, the name of the BOA holder, and the applicable BOA number. This structured submission format assists in the organization and clarity of proposals, ensuring that all critical cost information is readily available for evaluation by the government. The emphasis on completeness reflects the importance of compliance in the proposal process in government contracting.
Mar 26, 2025, 8:05 PM UTC
The Maintenance Performance Requirement Standards (PRS) Annexe A outlines the standards and quality metrics for materiel maintenance within the federal government, specifically regarding equipment repair operations. It details various tasks and requirements, emphasizing compliance with relevant Army regulations and technical manuals to ensure quality and timeliness. Key aspects include establishing and managing repair shops, conducting technical inspections, and performing repairs according to maintenance requests, with specified Acceptable Quality Levels (AQL) such as 95% for most tasks and higher for specific mechanical and electrical work. Furthermore, the document mandates random sampling for quality assessment across all in-process and completed works, ensuring adherence to performance metrics. Areas specified for maintenance include sensitive items, small arms repair parts, and tire services, with 100% AQL for critical management tasks like sensitive maintenance and parts management. This PRS serves as a framework to guide contractor performance in delivering efficient and compliant maintenance services, ultimately supporting the readiness and operational capabilities of government assets.
Mar 26, 2025, 8:05 PM UTC
The document outlines Performance Requirement Standards (PRS) for Supply and Services within the Installation Supply Support Activity. It establishes guidelines for maintaining records, processing documents, and performing inventory activities. Each task is detailed with specific standards for timeliness and quality, including sampling methods and Acceptable Quality Levels (AQL) for various activities, such as maintaining customer signature cards, processing receipts, and reporting excess equipment. Key responsibilities include timely processing of turn-in documents, conducting inventory adjustments, and ensuring proper handling of hazardous materials. The AQL values, ranging from 90% to 100%, represent the minimum acceptable performance levels for evaluation. The standards aim to ensure compliance with Army regulations and local directives while maintaining operational efficiency and accuracy in supply management. This comprehensive framework is essential for maintaining accountability and enhancing service quality in the management of military supplies and resources.
The document outlines the Transportation Performance Requirement Standards (PRS) for federal fleet management, focusing on various operational tasks and their standards for performance. Key areas include timely reporting of statistical data, management of GSA vehicles, maintenance scheduling, and adherence to safety regulations for transporting non-tactical vehicles. Specific performance criteria are defined, such as timeliness and quality metrics that must be met, with Acceptable Quality Levels (AQL) set between 95% and 100%, depending on the task. For instance, reports must be submitted on time, and GSA vehicles should be accounted for daily along with thorough justification for their use. The document emphasizes the need for precise record-keeping, regular communication regarding vehicle maintenance, and efficient handling of transportation tasks to meet operational requirements. Overall, it serves as a framework for ensuring effective management and accountability in government transportation services, aligning with broader federal standards for operational excellence.
This document outlines the environmental compliance requirements for contractors working with federal entities, specifically focusing on adherence to federal EPA guidelines and local regulations. Contractors must select sustainable materials, obtain necessary environmental licenses and certifications, and notify authorities of any regulatory inspections or noncompliance. A designated Environmental Compliance Designee (ECD) must be appointed to oversee hazardous materials and waste management effectively and ensure compliance with all environmental standards. The document emphasizes the need for training, coordination with local environmental offices, and proactive measures in waste management, including recycling and minimizing waste generation. It also mandates specific procedures for handling hazardous materials and spills, protects sensitive areas, and sets guidelines for the use of pesticides and noise management. The overall purpose is to ensure that contractors not only comply with environmental laws but also actively contribute to pollution prevention and sustainable practices while fulfilling their contractual obligations. Compliance with these environmental requirements is crucial for maintaining safety and environmental integrity on work sites.
The document provides a comprehensive collection of definitions, acronyms, and abbreviations pertinent to various aspects of logistics, property management, and contracting within the Department of Defense (DoD). Key topics include the management of abandoned property, acceptable quality levels in contracts, and the role of accountable officers. It elaborates on logistics processes such as the Army Oil Analysis Program, prescribed load lists, and preventive maintenance checks. Central definitions cover essential aspects like Government-Furnished Equipment (GFE), contract discrepancies, and various inventory categories—classifying items based on sensitivity and security requirements. The document outlines roles of officials like Contracting Officers and Administrators, alongside procedures for handling discrepancies and performance requirements. By structuring this information, the document supports government initiatives in federal grants and RFPs by providing standardized terminology essential for clarity and efficiency in government contracting and supply chain management. The clarity of these definitions serves to enhance operational readiness and compliance across military logistics and procurement contexts.
The document outlines the regulations, publications, and forms that contractors must adhere to under a specific government contract, particularly in relation to the Army. It emphasizes the contractor's responsibility to access and utilize the most current resources available through the listed website, ensuring compliance with applicable publications. A comprehensive list of Army Regulations (AR), Department of the Army Pamphlets (DA PAM), and various Department of Defense Instructions (DODI) is provided, covering areas such as internal controls, respiratory protection, food program management, personnel security, and environmental protection. Additionally, the document details specific forms necessary for various operational tasks, including requests for supplies and maintenance records. By outlining these requirements, the document aims to ensure that all parties involved are informed and compliant with necessary safety, operational, and administrative standards, thus facilitating the efficient execution of the contract in accordance with established government protocols.
Mar 26, 2025, 8:05 PM UTC
This document is an amendment to Solicitation No. W519TC-25-R-0008, issued by the Army Contracting Command concerning a firm fixed-price contract for services related to Dugway Proving Ground. The amendment addresses several changes, including the incorporation of new attachments and updates to sections of the Request for Proposal (RFP). Key changes include revised attachments for the Performance Work Statement and Mission Essential Contractor Services, as well as modifications to compliance requirements regarding subcontractor proposals for cost-type contracts. Significantly, the submission deadline for proposals has been extended from April 11, 2025, to April 18, 2025. Additionally, the amendment removes specific FAR clauses related to equal opportunity and segregated facilities from the contract stipulations. The changes aim to ensure clarity and facilitate compliance with updated guidelines while maintaining the integrity of the original solicitation. Overall, this amendment serves to align the procurement process with current regulatory standards and address industry queries effectively, emphasizing the government’s commitment to transparent and consistent contracting practices.
Mar 26, 2025, 8:05 PM UTC
The U.S. Army Dugway Proving Ground (DPG) has issued a Request for Proposal (RFP) for logistics support services, encompassing maintenance, supply, and transportation. This RFP is a competitive 8(a) acquisition exclusively for holders of an Enhanced Army Global Logistics Enterprise (EAGLE) Basic Ordering Agreement (BOA) who can certify small business status under NAICS Code 561210. The award will be made through a combination of Cost Plus Fixed Fee and Firm Fixed Price contract types, structured over a base year with a 30-day transition period and four optional one-year extensions, totaling up to five and a half years of performance. Offers must comply with the specific guidelines set forth in the RFP, including a Maximum Validity Period of 180 days from the proposal submission. The evaluation process follows a Lowest Price Technically Acceptable standard, assessing technical merit, past performance, and cost. The document emphasizes stringent compliance requirements, detailing contractor performance assessments, invoicing procedures, and insurance obligations. The need for both accountability and quality performance is underscored, showcasing the government’s commitment to upholding standards and advancing small business participation in federal contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
EAGLE Ft. Bliss, TX, W519TC-25-R-0007
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for logistics support services under the Enhanced Army Global Logistics Enterprise (EAGLE) initiative at Fort Bliss, Texas, through Request for Proposal (RFP) W519TC-25-R-0007. The procurement aims to secure maintenance, supply, and transportation services, with a focus on ensuring efficient and cost-effective operations that adhere to stringent federal regulations. This contract is critical for supporting the Army's logistical needs, enhancing operational readiness, and maintaining compliance with environmental and safety standards. Interested offerors must submit their proposals electronically by April 24, 2025, and can direct inquiries to primary contact Bailey Albrecht at bailey.k.albrecht.civ@army.mil or secondary contact Larry Kemp at larry.v.kemp.civ@army.mil.
West Desert Test Center (WDTC) Mission Support Services (MSS) Follow On Solicitation W51EW725RA001 Amendment 0001
Buyer not available
The Department of Defense, specifically the Army Mission and Installation Contracting Command, is soliciting proposals for the West Desert Test Center (WDTC) Mission Support Services (MSS) Follow On Contract, identified as W51EW725RA001. This procurement aims to secure non-personal services, including qualified personnel and necessary supplies, to support developmental and operational testing of Chemical and Biological defense systems at the Dugway Proving Ground in Utah. The contract will span a total of eight years, including a 60-day phase-in period followed by a four-year and ten-month base period, with an option for an additional two years. Interested small businesses must submit their proposals by 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.
GSL Support Services Contract
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract to provide essential technical and administrative support for various research and development activities in civil and military engineering. The contract, identified as Solicitation Number W912HZ25R0003, aims to procure services that include conducting technical reviews, performing laboratory experiments, and logistical support across multiple fields, such as structural dynamics and materials science, with a focus on enhancing the Army's research capabilities. This Indefinite Delivery Indefinite Quantity (IDIQ) contract has a five-year ordering period, a maximum value of $20 million, and a minimum guarantee of $2,500, with a requirement for contractors to maintain a DOD SECRET Facility Clearance. Interested parties should contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil for further information.
Demolish Salty Guard Bldg. 1522
Buyer not available
The Department of Defense, through the Utah Air National Guard, is soliciting proposals for the demolition of Salty Guard Building 1522 and subsequent landscaping services at the Roland R. Wright Air National Guard Base in Salt Lake City, Utah. The project requires contractors to provide all necessary personnel, equipment, and materials for the demolition, including hazardous materials abatement and utility disconnections, to be completed within 90 days of the Notice-to-Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of supporting small businesses in federal contracting, with proposals due by May 5, 2025. Interested vendors should contact Timothy Papa at timothy.papa.1@us.af.mil or call 801-245-2332 for further details.
DELUGE PACKAGE SYSTEM
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Complete Ultra High-Speed Deluge Package System to be delivered to the McAlester Army Ammunition Plant in Oklahoma. This procurement requires brand-name products from De-Tronics, with no substitutions allowed, and includes various components such as high-speed deluge systems, power distribution enclosures, flame detectors, and safety system software. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal procurement. Interested contractors must submit their bids via email by April 15, 2025, at 10:00 AM, and should direct inquiries to Andrea Jones at andrea.jones36.civ@army.mil.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier (PEO-S), is soliciting proposals for Materiel Fielding and Medical Liaison Support Services under solicitation number W911QY25RA001. The primary objective is to provide comprehensive medical materiel management, logistics support, and technical assistance to enhance Army medical readiness, particularly concerning Soldier Medical Devices (SMD). This procurement is crucial for ensuring that medical equipment and support services are efficiently delivered to military personnel, thereby maintaining operational effectiveness and healthcare standards. Interested small businesses must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Solicitation_Enhanced Parachutist Drop Bag
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Enhanced Parachutist Drop Bags under Solicitation W912CH-24-Q-0027. This opportunity has transitioned from a five-year indefinite delivery indefinite quantity (IDIQ) contract to a one-time purchase of 500 units, emphasizing the need for compliance with federal acquisition regulations and quality standards. The Enhanced Parachutist Drop Bags are critical for military operations, ensuring effective aerial delivery and recovery systems. Interested small businesses must submit their proposals by May 6, 2025, at 3:30 PM EST, and can direct inquiries to Kaley Weeden at kaley.h.weeden.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.
Intent to Sole Source to Gradient Technologies (G.D.O) - W519TC-25-R-0003 - Demil & Disposal of 5in, 6in, 8in, and bulk material containing Explosive D or Comp A-3
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command, is seeking proposals for the sole-source contract W519TC-25-R-0003, which involves the demilitarization and disposal of explosive materials, including 5-inch, 6-inch, and 8-inch projectiles, as well as bulk materials containing Explosive D or Composition A-3. The contract is exclusively awarded to Gradient Technologies (G.D.O) based on federal regulations, emphasizing the importance of safety and compliance in managing military waste. Proposals must be submitted by April 21, 2025, at 12:00 PM U.S. Central Time, with all inquiries directed to the Contracting Officer, Bridget Kramer, at bridget.l.kramer.civ@army.mil, or the Contract Specialist, Jennifer A. Darby, at jennifer.a.darby3.civ@army.mil.
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.
(Site Visit Notice) Depleted Uranium (DU) Containment Facility Maintenance and Repair
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of the Depleted Uranium (DU) Containment Facility at the Aberdeen Test Center (ATC) in Maryland. This procurement is a Total Small Business Set-Aside under NAICS Code 811310 and will result in a hybrid Firm-Fixed-Price (FFP) and Time and Material (T&M) contract, with a base year and two option years anticipated. The services are critical for ensuring the operational integrity and safety of the facility, which is essential for testing weapons that utilize depleted uranium. Interested vendors must register for a mandatory site visit scheduled for April 14, 2025, and submit their proposals by April 24, 2025, with all inquiries directed to Christine Orr at christine.n.orr.civ@army.mil or Nikeena Brown at nikeena.s.brown.civ@army.mil.