Construction Service Projects - Basic Ordering Agreements (BOAs)
ID: W519TC-24-R-2011Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER INDUSTRIAL BUILDINGS (Y1EZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due May 7, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is issuing a Request for Proposal (RFP) for Basic Ordering Agreements (BOAs) aimed at acquiring various construction services for the Pine Bluff Arsenal (PBA) in Pine Bluff, Arkansas. This solicitation, designated as W519TC-24-R-2011, is a Total Small Business Set-Aside and will allow contractors to submit proposals for BOAs that will be valid for up to five years, enabling them to compete for future task orders as they arise. Contractors must adhere to specific compliance requirements and submit proposals without pricing information by the deadline of May 7, 2025, at 3:00 PM (CST), while also ensuring they meet security and safety standards for accessing the PBA. For further inquiries, interested parties can contact Heather Johns at heather.b.johns.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
The Past Performance Questionnaire (PPQ) form is a critical document utilized by the Army Contracting Command – Rock Island (ACC-RI) to evaluate potential contractors' past performance. Offerors must complete specific sections of the PPQ and distribute copies to the identified respondents, who will then independently complete the rest of the form. The completed questionnaires are submitted directly to designated contracting officials via email. The document includes detailed guidance on performance ratings, ranging from "Excellent" to "Unsatisfactory," along with sections that gather general and contract-specific information, respondent identification, and performance evaluations. Respondents are required to assess various performance elements such as quality, timeliness, problem-solving, and adherence to security standards. This questionnaire serves as a comprehensive tool to gather relevant past performance information, ensuring that the ACC-RI can make informed decisions regarding contractor qualifications in accordance with federal requirements. Overall, the PPQ emphasizes the importance of thorough evaluation in the contract awarding process, highlighting the commitment to accountability and performance standards within federal contracting.
The Army Contracting Command - Rock Island (ACC-RI) has issued Solicitation W519TC-24-R-2011 for Multiple Basic Ordering Agreements (BOAs) aimed at acquiring various construction services for the Pine Bluff Arsenal (PBA). This solicitation is in accordance with Federal Acquisition Regulations (FAR) and includes opportunities for businesses to enter into BOAs, which will be active for up to five years. The procurement process is structured in multiple steps, including a pre-solicitation notice and an annual RFP to solicit proposals from contractors. The solicitation is designated as a Total Small Business Set Aside, and proposals must meet specific compliance requirements detailed in Sections L and M. Offerors are required to submit proposals for evaluation without pricing information at this stage, as the awarding of BOAs does not guarantee future contract orders. Additionally, the document outlines security requirements for contractors accessing PBA and emphasizes adherence to safety standards and federal regulations governing construction services. Responses to the solicitation are due by 07 May 2025 at 3:00 PM (CST).
Apr 7, 2025, 8:05 PM UTC
The document appears to address various aspects of government RFPs (Request for Proposals) and grants at federal, state, and local levels. It outlines the essential processes for securing funding and contractual opportunities, emphasizing compliance with specific guidelines and requirements. The content highlights the importance of submitting detailed proposals that meet specified criteria to enhance the likelihood of funding approval. Key focus areas include the need for applicants to demonstrate alignment with funding objectives, present comprehensive project plans, and ensure adherence to applicable regulations. It notes the significance of both quantitative data—like project costs and timelines—and qualitative assessments, such as project impact and community benefits. Furthermore, the document stresses the role of transparency and accountability in the management of funds allocated through these proposals. It suggests best practices for documentation and reporting, which are critical for maintaining compliance with federal and state regulations. Overall, the document serves as a guideline for potential applicants navigating the landscape of government funding opportunities, helping them align their projects with government priorities while ensuring adherence to established protocols and standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
PBA Waterline Replacement
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) – Little Rock District, is preparing to solicit bids for the Pine Bluff Arsenal Waterline Replacement project. This project involves the replacement of the outdated South Side Waterline System, which consists primarily of asbestos cement and cast-iron pipes that have been in service since the 1940s and 1950s, with a new system designed to meet current domestic and fire demand standards. The procurement is significant as it ensures the continued operation of water supply facilities critical to the mission of the Pine Bluff Arsenal, with an estimated contract value subject to the small business size standard of $45 million. Interested contractors should note that the solicitation is expected to be issued around May 2, 2025, with proposals due by August 15, 2025; for further inquiries, contact Marcus D. Mitchell at marcus.d.mitchell@usace.army.mil or Deborah Oswalt at Deborah.Oswalt@usace.army.mil.
Rockwell TechConnect Software
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting bids for Rockwell Automation Software Maintenance to support operations at Pine Bluff Arsenal in Arkansas. The procurement requires comprehensive software maintenance services for various Rockwell products, including 24/7 technical support from trained engineers, ensuring operational efficiency and reliability in critical production settings. This solicitation is particularly significant as it emphasizes the need for specialized support to maintain essential software systems, aligning with government standards for operational excellence. Interested contractors must submit their bids by April 29, 2025, at 12:00 PM CST, and are encouraged to contact MichelleAnn Hulett or Bethany Carbajal for further information.
Propelling Charge Support - 60mm, 81mm, 120mm - Solicitation
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of Propelling Charge Support for 60mm, 81mm, and 120mm artillery programs under Solicitation W519TC-25-R-2008. This opportunity is specifically set aside for small businesses and involves a Firm Fixed Price (FFP) contract with a 100% option quantity, emphasizing the need for adherence to technical specifications and quality assurance protocols. The propelling charge supports are critical components for military munitions, ensuring operational effectiveness and safety. Interested vendors must submit their proposals electronically by April 17, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Riley DeBrock at riley.j.debrock.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.
Solid Waste (refuse) Removal
Buyer not available
The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking qualified vendors to provide solid waste removal services for the Beaver Lake Project office and associated facilities in Arkansas. This procurement, identified by solicitation number W9127S25Q0026, is a total small business set-aside under NAICS Code 562111, focusing on refuse collection services from the date of award through December 31, 2029. The selected contractor will be responsible for waste management at key locations, including the Beaver Project Office and Beaver Powerhouse, ensuring compliance with federal regulations while supporting the government's commitment to engaging small businesses. Interested vendors must submit their quotes by May 14, 2025, and can contact John Kattengell at john.r.kattengell@usace.army.mil or 501-340-1260 for further information.
POST-WIDE MAINTENANCE, REPAIR, RECONSTRUCTION, DEMOLITION, REPLACEMENT, AND/OR INSTALLATION, OF A WIDE VARIETY OF ROOFING SYSTEMS DIRECTORATE OF PUBLIC WORKS
Buyer not available
The Department of Defense, specifically the Army's Directorate of Public Works, is soliciting proposals for a competitive 8(a) set-aside contract focused on the maintenance, repair, reconstruction, demolition, replacement, and installation of various roofing systems at Aberdeen Proving Ground, Maryland. This procurement aims to ensure the integrity and safety of roofing infrastructure, which is critical for the operational readiness of military facilities. The contract will be awarded as a firm-fixed-price, indefinite delivery type, with a five-year base period and a potential six-month extension, emphasizing compliance with federal regulations and safety standards. Interested contractors must submit their proposals by May 7, 2025, and can direct inquiries to Debora Cristina Cardoso Thelen or Barbara Cousins via their provided email addresses.
Arm Assembly - Lift B
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of an Arm Assembly - Lift B, under solicitation number W519TC25Q2234. This opportunity is a total small business set-aside, requiring vendors to provide a firm fixed price quote that meets the specifications outlined in the request for quotation (RFQ), with the lowest priced, responsive, and responsible vendor expected to be awarded the contract. The Arm Assembly is crucial for military operations, and the selected contractor must ensure timely delivery to the Rock Island Arsenal in Illinois, adhering to strict submission guidelines and safety regulations. Quotes are due by 6 PM CST on April 30, 2025, and interested parties should direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
FY23-28 General Construction Services BPA - W911S223S8000
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. This BPA is specifically aimed at Historically Underutilized Business Zone (HUBZone) small businesses and will cover a range of construction projects valued between $2,000 and $250,000, with an estimated total value of $15 million over its duration. The selected contractors will be responsible for providing all necessary resources for various construction activities, including new work, alterations, and maintenance, while adhering to federal regulations such as the Davis-Bacon Act. Interested vendors must submit their qualifications, including bonding capability and compliance certifications, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, by the specified deadline to be considered for inclusion in this BPA.
CAC Refresh
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting proposals for a firm fixed price contract titled "CAC Refresh." This opportunity is a total small business set-aside and involves commercial and institutional building construction, with a focus on the maintenance of office buildings as outlined in the attached Statement of Work (SOW). The contract is significant for ensuring the upkeep and functionality of Army facilities, with an estimated start date of approximately May 30, 2025. Interested parties should direct inquiries to Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335, and must adhere to the specified response date for proposals.
ILLINOIS RIVER BASIN, ILLINOIS WATERWAY, PEORIA, ILLINOIS, PEORIA AND LAGRANGE END OF DAM WICKET BULKHEAD FABRICATION
Buyer not available
The Department of Defense, through the Department of the Army, is seeking bids for the fabrication, assembly, painting, and delivery of a steel bulkhead for the Illinois River Basin project in Peoria, Illinois. This procurement is a 100% Total Small Business Set Aside, specifically targeting firms within the Fabricated Structural Metal Manufacturing industry, as defined by NAICS code 332312. The bulkhead is a critical component for the Peoria and LaGrange end of dam operations, ensuring structural integrity and functionality within the waterway system. The official solicitation is anticipated to be released around June 1, 2025, and interested parties can contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil for further information.
HEAVY DUTY VERTICAL SAWS
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Rock Island, is soliciting proposals for the procurement of heavy-duty vertical band saws under solicitation W519TC25Q2195. This opportunity is set aside for small businesses and requires compliance with the Rock Island Arsenal Purchase Description (RIPD), including adherence to safety, operational, and environmental standards. The saws will enhance manufacturing capabilities at the Joint Manufacturing and Technology Center, ensuring efficient and safe operations within a Department of Defense facility. Interested contractors must submit their proposals via email by April 28, 2025, at 10:00 AM CT, and can direct inquiries to Lynn Baker at lynn.d.baker8.civ@army.mil.