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

    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for Basic Ordering Agreements (BOAs) related to various construction service projects at the Pine Bluff Arsenal in Arkansas. This opportunity is specifically set aside for small businesses and aims to establish BOAs that will facilitate future task orders for construction services over the next year. The procurement process emphasizes the importance of compliance with federal regulations and requires contractors to submit proposals that demonstrate their past performance and technical capabilities. Interested parties must submit their proposals by May 28, 2025, at 3:00 PM CST, and are encouraged to contact Heather Johns or Bethany Carbajal for further information.

    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).
    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.
    The document is an amendment to a solicitation, specifically Amendment P00001, extending the deadline for submission of offers to May 14, 2025, at 3:00 PM CST. The document indicates that all other terms and conditions of the solicitation remain unchanged and effective. The amendment is issued by the Army Contracting Command - Rock Island, with the solicitation identified by the contract ID W519TC24R2011. Offerors must acknowledge receipt of the amendment as part of their submission for the solicitation; failure to do so may result in their offer being rejected. The modification structure follows federal guidelines, adhering to the FAR (Federal Acquisition Regulation) and GSA (General Services Administration) standards. This extension reflects a standard procedure in federal contracting to allow additional time for submissions, demonstrating responsiveness to stakeholder needs during the procurement process.
    The document is an amendment to a government solicitation, specifically identifying changes to solicitation W519TC24R2011 issued by the Army Contracting Command - Rock Island. The amendment serves two primary purposes: addressing industry questions and extending the solicitation deadline to May 28, 2025, at 3:00 PM CST. The amendment clarifies that offerors must submit recent and relevant government or commercial contracts that align with the solicitation's requirements, particularly referencing their past performance over the last three years. It affirms acceptance of a signed letter of commitment from subcontractors as adequate consent for information disclosure, rather than requiring a separate form. The overall intent is to ensure clarity for potential contractors while maintaining alignment with the solicitation's original terms, with all remaining terms upheld. This amendment emphasizes the importance of industry communication and responsiveness in the procurement process, facilitating compliance and timely submissions from interested parties.
    This document serves as an amendment and modification notice for the solicitation numbered W519TC24R2011, issued by the Army Contracting Command - Rock Island. The amendment primarily addresses questions from industry stakeholders regarding submission requirements and formatting for proposals. Specifically, it confirms that a single consolidated PDF file is acceptable for required components and clarifies that government-issued forms like SF33 and SF30 are exempt from specific formatting guidelines. Additionally, it rectifies the solicitation number to ensure accuracy in submissions. The document reaffirms that all other terms and conditions of the original solicitation remain unchanged and in effect. The amendment aims to facilitate a clearer understanding of submission protocols and maintain compliance with established guidelines in the context of federal requirements.
    Similar Opportunities
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Little Rock District FY26 Park Attendant Program
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking proposals for the FY26 Park Attendant Program, a 100% Small Business Set-Aside opportunity. This procurement aims to provide park attendant services across various recreation areas in Little Rock, with contractors allowed to bid on one or multiple Specific Park Sheets (SPSs) based on performance requirements that include visitor assistance, fee collection, and facility maintenance. The selected contractors will be required to adhere to strict safety regulations and provide their own self-contained recreational vehicles for living quarters, while the government will supply necessary equipment. Quotes are due by January 9, 2026, at 12:00 PM CST, and must be submitted via email to Brandee M. Wright at brandee.m.wright@usace.army.mil, with the solicitation number included in the subject line.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Tooling BPA
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for multiple Blanket Purchase Agreements (BPAs) to support the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). These BPAs will facilitate the acquisition of weld fixtures, machining fixtures, assembly fixtures, gauges, and dies, with a contract duration of five years and firm-fixed-price orders. The goods and services procured are critical for the manufacturing and technology operations at RIA-JMTC, ensuring compliance with industry standards and operational efficiency. Interested contractors must register in the Joint Certification Program (JCP) and submit their proposals, with individual orders not exceeding $350,000, evaluated based on various criteria including past performance and pricing. For further inquiries, contact Christine Baker at christine.c.baker6.civ@army.mil or Brandy Huesmann at brandy.m.huesmann.civ@army.mil.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) for construction services at Tinker Air Force Base (TAFB) in Oklahoma. This procurement aims to provide a wide range of construction, repair, and maintenance services, including Design-Build and Construction Only projects, with a focus on expediting project awards and reducing lead times. The BOA will be valid for up to five years, with a competitive process that includes a partial small business set-aside for projects under $25 million, while larger projects will be open to all qualified contractors. Interested parties must register in the System for Award Management (SAM) and submit proposals by January 15, 2026, with a pre-BOA teleconference scheduled for January 6, 2026, to discuss the requirements. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    Army Contracting Command – Anniston Army Depot (ACC-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Anniston Army Depot, is soliciting proposals for the Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO). This initiative aims to procure innovative commercial technologies and services that enhance Army operations, focusing on areas such as agile manufacturing, advanced manufacturing, and cyber security, as mandated by the 2022 National Defense Authorization Act. The CSO is critical for integrating modern technologies into existing manufacturing processes to improve operational efficiency and military readiness. Proposals are accepted until September 30, 2030, and interested parties can contact Amber Burdett at amber.e.burdett.civ@army.mil or 571-588-0960 for further information.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.
    U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command at Anniston Army Depot is seeking innovative solutions through a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB). The procurement focuses on acquiring advanced technologies and services, particularly in areas such as automation, advanced manufacturing, and cybersecurity, to enhance the Army's operational capabilities and efficiency. This initiative is critical for maintaining military readiness and ensuring the Army's technological superiority in defense operations. Interested contractors must submit proposals by July 10, 2025, for the Automatic Storage and Retrieval System (ASRS) and by August 6, 2025, for the Oil Test Stand, with site visits scheduled for June 25 and July 15, 2025, respectively. For further inquiries, potential bidders can contact Amber Burdett at amber.e.burdett.civ@army.mil or Diana Ponder at diana.m.pritchettponder.civ@army.mil.
    F35 SPECIAL ACCESS PROGRAM FACILITY (SAPF)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the F-35 Special Access Program Facility (SAPF) at Ebbing Air National Guard Base in Fort Smith, Arkansas. This project entails the construction of a squad operations mission planning facility that will provide controlled workspace compliant with ICD 705 standards, including secure flight planning and training areas, unclassified aircrew training and administrative space, as well as storage and maintenance for aircrew flight equipment. The facility is crucial for supporting combat crew functions and enhancing operational readiness. Interested contractors can reach out to Markeith Berry at markeith.j.berry@usace.army.mil or by phone at 817-886-1031, or Nicholas Johnston at nicholas.i.johnston@usace.army.mil or 817-886-1006 for further details regarding the solicitation.