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 enhance maintenance, supply, and transportation services critical for military operations, particularly in Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) contexts. This competitive 8(a) acquisition is exclusively open to holders of an Enhanced Army Global Logistics Enterprise (EAGLE) Basic Ordering Agreement (BOA) and will be awarded through a combination of Cost Plus Fixed Fee and Firm Fixed Price contract types, with a total performance period of up to five and a half years. Interested contractors should direct inquiries to Alexander Wilcox at alexander.m.wilcox2.civ@army.mil or Michelle M Lund at michelle.m.lund3@army.mil, and ensure compliance with all proposal guidelines by the specified deadlines.

    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 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
    EAGLE Ft. Bliss, TX, W519TC-25-R-0007
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for logistics support services under the Enhanced Army Global Logistics Enterprise (EAGLE) initiative at Fort Bliss, Texas, through Solicitation W519TC-25-R-0007. The contract encompasses maintenance, supply, and transportation services, requiring contractors to adhere to stringent federal regulations while ensuring efficient and cost-effective operations. This procurement is vital for maintaining operational readiness and supporting the Army's logistical needs, with a contract type of Cost Plus Fixed Fee and potential extensions up to five years. Interested offerors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact Bailey Albrecht at bailey.k.albrecht.civ@army.mil or Larry Kemp at larry.v.kemp.civ@army.mil.
    5-Year UTARNG Lab Services Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, through the Utah Army National Guard (UTARNG), is seeking qualified small businesses to establish a 5-Year Blanket Purchase Agreement (BPA) for medical testing and laboratory services. The contractor will be responsible for providing a range of laboratory tests, including blood and urine analyses, metabolic panels, and immunology assays, with a total anticipated award amount of $41.5 million aimed at enhancing medical readiness for military personnel. This procurement is critical for ensuring timely and high-quality medical services that support the health of personnel, reflecting federal priorities for health readiness and small business participation. Interested parties can contact William T. Brown at william.t.brown68.civ@army.mil or by phone at 801-432-4273 for further details.
    Logistics and Warehouse Support
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide logistics and warehouse support services for the Explosive Ordnance Disposal Expeditionary Support Unit ONE (EODESU ONE) and Explosive Ordnance Disposal Group ONE (EODGRU ONE) at Naval Amphibious Base Coronado, California. The contract encompasses a range of responsibilities including financial analysis, inventory management, material transportation coordination, and quality assurance, with a focus on maintaining operational readiness and compliance with Department of Defense regulations. This procurement is critical for ensuring efficient logistical support, which is vital for the success of military operations. Interested parties should contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil for further details, with the contract set as an 8(a) set-aside and a performance period spanning from March 30, 2025, to March 29, 2030.
    Recirculating Coolers and ThermoJet DPG
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of recirculating coolers and ThermoJet systems for use at the Dugway Proving Ground in Utah. This solicitation aims to acquire six units each of the ThermoJet ES Environment Simulator and ULT Recirculating Cooler, along with associated flexible hoses, to maintain environmental conditions in critical test chambers utilized by the West Desert Test Center's Chemical Test Division. These systems are vital for ensuring consistent heating and cooling capabilities across various testing setups, thereby enhancing the Army's operational and safety standards. Interested vendors should contact Mark Pratt at mark.s.pratt4.civ@army.mil or call 435-831-2094 for further details regarding the proposal submission process and compliance requirements.
    Safety Air Monitoring and Analytical Referee System (SAMARS) Gas Chromatograph (GC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Dugway Proving Ground, is soliciting quotes for the procurement of Safety Air Monitoring and Analytical Referee Systems (SAMARS) Gas Chromatographs through Solicitation No. W911S6-24-Q-0034. This sole-source procurement focuses on acquiring Teledyne Falcon Series Gas Chromatographs, which are essential for safety air monitoring in the Chemical Test Division, featuring capabilities for sulfur and phosphorus detection, along with advanced chromatographic functions. The urgency of this acquisition is underscored by the limited availability of suitable portable gas chromatographs capable of detecting chemical warfare agents, making this equipment critical for maintaining operational safety standards. Interested offerors must submit written quotes by March 10, 2025, and ensure registration in the System for Award Management (SAM); for further inquiries, they may contact Nneka Okeke-Stubbs at nneka.okeke-stubbs.civ@army.mil or Paul E. Frailey at paul.e.frailey.civ@army.mil.
    FTIR Gas Analyzer Spectrometers
    Buyer not available
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking bids for the procurement of Cerex Portable Multi-Gas Analyzers, including the Cerex UV Hound UV-DOAS and Shepherd FTIR models, under a combined synopsis/solicitation. This acquisition aims to replace aging gas analyzers critical for monitoring toxic industrial chemicals and nerve agents during military testing, ensuring operational readiness and efficiency. The selected equipment must meet military standards for accuracy and reliability, with a delivery timeline of 30 days post-order to the West Desert Test Center in Dugway, Utah. Interested small businesses must register in the System for Award Management (SAM) and submit their proposals, with the estimated procurement cost totaling $149,985; for further inquiries, contact Laurel J. Brown at laurel.j.brown7.civ@army.mil or call 435-831-2369.
    DRAFT: Solicitation W912DY25R0003 Initial Outfitting and Transition (IO&T) Program Facilities Support Services IV IDIQ MATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the DRAFT Solicitation W912DY25R0003, which pertains to the Initial Outfitting and Transition (IO&T) Program Facilities Support Services IV IDIQ MATOC. This procurement aims to secure logistics consulting services that will support the outfitting and transition of military facilities, ensuring they are adequately equipped and operational. The services are critical for maintaining effective logistics and management support within military operations. Interested vendors can reach out to Sharleene Davidson at 256-895-2553 or via email at sharleene.d.davidson@usace.army.mil, or Kijafa Johnson-Cooper at 256-895-1614 or kijafa.t.johnson-cooper@usace.army.mil for further details.
    Building and Equipment Life Cycle Management for Preventive and Demand Maintenance Through Aberdeen Proving Ground Facility Management Support (FMS), General Fund Enterprise Business System (GFEBS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a contract focused on Building and Equipment Life Cycle Management through the General Fund Enterprise Business System (GFEBS) and Facility Management Support services at Aberdeen Proving Ground (APG). The primary objective is to identify potential sources capable of fulfilling a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Department of Public Works (DPW) in managing preventive and demand maintenance across multiple facilities. This initiative is crucial for maintaining operational efficiency and compliance with Army regulations, ensuring effective asset, work order, and inventory management while adhering to strict data integrity and security protocols. Interested parties must submit capability statements by March 13, 2025, and can contact Scott Nunley at scott.e.nunley.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.
    CENTAM GUARDIAN 25 BUS SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for bus transportation services in support of Exercise Centam Guardian 25 (ExCG 25) in Guatemala. Contractors are required to provide all necessary personnel, vehicles, and logistical support to transport troops and equipment safely, adhering to specified performance standards and local regulations from May 6 to May 30, 2025. This contract is crucial for ensuring effective personnel movement during the exercise, with an emphasis on compliance with safety and security protocols. Interested vendors must submit their proposals by March 7, 2025, and can direct inquiries to CPT Christopher Lucero at christopher.j.lucero7.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil.
    T-7A Depot Maintenance Complex (DMC) Maintenance Hangar ? Hill AFB, UT (DB)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Depot Maintenance Complex (DMC) Maintenance Hangar at Hill Air Force Base, Utah. This project falls under the NAICS code 236210, focusing on industrial building construction, and aims to provide essential maintenance facilities for military aircraft. The successful contractor will be responsible for the construction of maintenance buildings, which are critical for ensuring the operational readiness of defense assets. Interested parties can reach out to Gilbert Coyle at gilbert.coyle@usace.army.mil or by phone at 961-557-6986, or Michelle Spence at michelle.a.spence@usace.army.mil or 916-577-7900 for further details regarding the solicitation process.