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)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is soliciting proposals for logistics support services at Dugway Proving Ground, Utah, under solicitation number W519TC-25-R-0008. The procurement aims to secure maintenance, supply, and transportation services essential for military operations, particularly in Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) contexts. This competitive opportunity 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. Proposals are due by May 2, 2025, and interested parties can contact Alexander Wilcox at alexander.m.wilcox2.civ@army.mil for further information.

    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document outlines Amendment 0003 to the Solicitation # W519TC-25-R-0008 issued by the Army Contracting Command. The amendment serves to update specific sections of the solicitation, particularly the Section J attachments, which were revised to include the new "Workload Data and Density List" and provide government responses to industry inquiries regarding the initial Request for Proposal (RFP) released on February 26, 2025. Importantly, the deadline for submitting proposals remains unchanged, set for 1200 CT on May 2, 2025. The amendment emphasizes that all other stipulations of the RFP will continue to be in effect, thereby ensuring that contractors are duly informed of the latest requirements and updates. This amendment is a part of the federal government's procurement process, illustrating the dynamic nature of government contracting as it adapts to feedback and evolving project needs.
    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.
    The document is an amendment to solicitation W519TC-25-R-0008 issued by the Army Contracting Command, detailing modifications to an RFP for a service contract. Key updates include an extension of the proposal submission deadline to May 2, 2025, and revisions to several sections of the RFP to provide clarity on compliance requirements. Specific changes involve adjustments to language in compliance statements across various sections (L.2.1, L.4.1.2, L.5.1.1(d), etc.), emphasizing strict adherence to proposal guidelines to avoid disqualification. Additionally, updated attachments include the Workload Data and Density List and government responses to industry questions. The amendment reiterates that all other terms and conditions remain unchanged. The overall purpose is to ensure potential contractors have the most current information and requirements, thus enhancing the proposal process's clarity and integrity while facilitating compliance and evaluation standards within the federal procurement framework.
    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
    Similar Opportunities
    Building Filters
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of building filters at Dugway Proving Ground, Utah. This opportunity is categorized as a Total Small Business Set-Aside, indicating a focus on engaging small business contractors to fulfill the requirements for laboratory equipment and supplies. The filters are essential for various applications within military operations, ensuring the effectiveness and safety of laboratory environments. Interested vendors should reach out to Teri Street at teri.j.street.civ@army.mil or call (520) 674-0139 for further details regarding the solicitation process.
    Snow Removal Services at UT009 in the state of Utah
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal snow removal services at UT009 in the state of Utah. The contract will cover a performance period from February 1, 2026, to October 31, 2026, with the potential for four additional twelve-month option periods and a six-month option to extend services. These services are crucial for maintaining safe and accessible environments during winter months, ensuring operational readiness at military facilities. Interested small businesses are encouraged to reach out to Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details regarding the solicitation process.
    UTAH
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support in the Utah region. The procurement aims to secure the delivery of various subsistence items from the 8900 federal supply group or their commercial equivalents, with a requirement for "just in time" delivery beginning no later than 120 days post-award. This contract, valued at a maximum of $38,211,329.99, will span 60 months and consist of three pricing tiers, with evaluations based on best value lowest price technically accepted criteria. Interested parties can find the Request for Proposal (RFP) under Solicitation Number SPE300-26-R-0004, which is expected to be posted on the DLA BSM DIBBS website in December 2025. For further inquiries, contact Vance S. Corey at vance.corey@dla.mil or Benjamin Dorsey at benjamin.dorsey@dla.mil.
    SOURCES SOUGHT--USMA Supplemental Transportation Support West Point
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to provide supplemental transportation support for the United States Military Academy (USMA) at West Point, New York. The contractor will be responsible for managing a fleet of vehicles, including buses, sedans, and vans, to transport cadets, staff, and faculty, while ensuring all maintenance needs are met without any Government Furnished Equipment. This service is crucial for facilitating transportation to and from area airports and medical facilities, with operations initiated via Transportation Movement Requests (TMRs) and requiring compliance with security and background check protocols. Interested small businesses must respond to the Sources Sought Notice W911SD-26-Q-A009 by providing their capabilities and relevant experience to Ignacio Cordova at ignacio.j.cordova2.civ@army.mil, as the government aims to determine the feasibility of a small business set-aside for this requirement.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    3.22 COG 2 Northeastern United States
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for fuel delivery services under the 3.22 COG 2 Northeastern United States program, specifically targeting small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement involves supplying various fuel types, including gasoline, diesel, and marine gas oil, to federal and state facilities across Connecticut, Massachusetts, Maine, New Hampshire, and New Jersey, with a performance period from April 1, 2026, to March 31, 2029. This contract is crucial for ensuring reliable fuel supply to military and government operations, with specific delivery requirements and environmental compliance standards outlined in the solicitation documents. Interested vendors must submit their proposals by January 15, 2026, at 12:00 PM EST, and can direct inquiries to COG 2 at 2026COG2Solicitation@dla.mil or Kandace Wright at kandace.wright@dla.mil.
    Enterprise Support Services (ESS)
    Dept Of Defense
    The Department of Defense, specifically the Army's Deputy Chief of Staff (DCS), G-4, is seeking sources for Enterprise Support Services (ESS) to enhance Army logistics operations. The contractor will provide broad-based research and analytic support, focusing on developing logistics strategies, assessing current logistics issues, and supporting supply chain requirements, all while ensuring integration with Defense strategic plans. This opportunity is critical for maintaining the Army's logistics readiness and operational effectiveness in a dynamic security environment. Interested parties must submit a capability statement outlining their qualifications and whether they are a Small Business to Roxanne Veary at roxanne.n.veary.civ@army.mil, with the contract featuring a base period of eight months and options for extensions.
    Oracle Software License and Support
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, is soliciting proposals for the renewal of Oracle software licenses and support under solicitation number W911YP26QA001. This procurement includes Oracle Advanced Security, Database Enterprise Edition, and Partitioning software, with a total award amount of $34 million, and is designated as a total small business set-aside under NAICS code 541519. The selected contractor will be responsible for providing the necessary software updates and support services, which are critical for maintaining the operational integrity of the Army's IT systems. Interested vendors must submit their quotes by 10:00 AM MST on December 29, 2026, and should direct inquiries to Kris Braun at kristinna.a.braun.civ@army.mil or by phone at 801-432-4145.
    75 Ton Rubber Tired Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified Women-Owned Small Businesses (WOSB) for the provision of a 75-ton rubber-tired gantry crane, which includes installation, testing, troubleshooting, and training services. This crane is essential for loading and unloading military assets and CONEX containers at the Letterkenny Army Depot in Pennsylvania, and it must meet stringent OEM, local, state, and federal standards while exceeding minimum specifications outlined in the Purchase Description. Interested contractors must adhere to federal acquisition regulations, with a submission deadline set for January 16, 2026, at 1:00 PM EST, and are encouraged to contact Danielle Rhone or Thomas C. Hall for further inquiries regarding the solicitation.
    DHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for a procurement opportunity identified as DHE. This opportunity falls under the Combined Synopsis/Solicitation notice type and is categorized as a Total Small Business Set-Aside, aimed at acquiring products related to the All Other Petroleum and Coal Products Manufacturing industry. The goods and services procured are essential for military operations, particularly in the area of chemicals, as indicated by the associated PSC code 6810. Interested parties should reach out to Kortny Blanks at kortny.l.blanks.civ@army.mil or call 918-420-7118 for further details regarding the submission process and any deadlines.