Concrete Ready-Mix Delivery to B340 at Rock Island Arsenal
ID: W912EK24QCA06Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers – Rock Island District, is seeking qualified vendors for the delivery and spreading of ready-mix concrete to Rock Island Arsenal in Illinois. The procurement involves up to 125 cubic yards of concrete, which must meet specific requirements, including a compressive strength of 4500 psi and air entrainment of 5-7%, with deliveries expected on an as-needed basis from June to November 2025. This opportunity is significant for ensuring the timely supply of essential construction materials for military operations, emphasizing sustainability and compliance with federal regulations. Interested vendors must submit their quotes by completing the bid schedule in the attached statement of work and sending it to the designated contacts, Jocelyn Rain and Jeffrey R. Voss, before the specified deadline.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Rock Island District, has issued a Blanket Purchase Agreement (BPA) for the procurement and delivery of Ready-Mix concrete to the Rock Island Arsenal, Illinois. The project requires up to 125 cubic yards of concrete, delivered on an as-needed basis with a 24-hour notice. Concrete must meet specific requirements, including a compressive strength of 4500 psi and air entrainment of 5-7%. The delivery timeframe spans from June 2025 to November 2025, with multiple orders possibly required. A water reducer may be used depending on weather conditions. Delivery drivers must have access to a government installation and adhere to checkpoint protocols. Furthermore, the contract emphasizes sustainability by specifying compliance with EPA's Comprehensive Procurement Guidelines and USDA BioPreferred requirements for products supplied under the agreement. Interested vendors must provide pricing details and are encouraged to demonstrate material sustainability standards if requested. The document contains essential contact information for inquiries and delivery instructions to facilitate the process.
    This document outlines the terms and conditions for a concrete purchase order in compliance with federal regulations. It incorporates numerous clauses that address definitions, anti-kickback measures, reporting requirements for executive compensation, and unique entity identification maintenance. Key provisions include prohibitions on contracting for services from certain entities, compliance with child labor laws, and contractor obligations regarding invoice submissions and dispute resolutions. Important clauses detail government rights for product inspection, assignment of payments, adjustments for contract changes, and considerations for termination by convenience or for cause. The document emphasizes contractor compliance with various laws and regulations affecting contract performance, and mandates specific requirements for unique item identification for delivered goods, ensuring traceability and accountability. The purpose of this document is to establish a clear framework for contractors participating in federal procurement, ensuring adherence to legal and regulatory standards while enabling efficient processing of orders and payments. It reflects the government's objectives of maintaining transparency, ethical practices, and oversight in federal expenditures.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Hydraulic Supplies and Hardware
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island (ACC-RI), is seeking qualified vendors to provide hydraulic supplies and hardware for the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The procurement includes various hydraulic pump supply tubes, pressure tubes, hoses, and bulkhead locknuts, with a firm-fixed-price contract awarded to the lowest-priced, responsive, and responsible contractor. These hydraulic components are critical for maintaining and enhancing the operational capabilities of military equipment. Quotes are due by 6 PM CST on December 12, 2025, and must include shipping to Rock Island Arsenal, IL, with payment processed via Wide Area Workflow (WAWF). Interested parties can contact Andrew Owens at andrew.m.owens16.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    Guttenberg Ponds Rock Supply
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contract for the supply and delivery of 2,000 tons of riprap materials to a designated stockpile location along the Upper Mississippi River in Wisconsin. This procurement aims to support ongoing construction and maintenance efforts in the area, highlighting the importance of reliable material supply for infrastructure projects. The solicitation is expected to be released in approximately two weeks and will be set aside for small businesses, with the contract being a Firm, Fixed-Price agreement. Interested contractors should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information, and must ensure they are registered in the System for Award Management (SAM) prior to award.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    Corps Island Unloading
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Concrete Sinkers for Buoy Tenders
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for the fabrication and delivery of concrete sinkers, weighing 1,000 lb., 1,500 lb., and 2,000 lb., intended for use by buoy tenders in the Midwest region. The procurement aims to support the mooring of buoys in river systems, with specific requirements for environmentally safe materials and adherence to established specifications, including ASTM standards and USCG drawing dimensions. Interested small businesses are encouraged to respond to the Sources Sought Notice by completing a questionnaire detailing their capabilities and experience, with responses due by December 19, 2025. For further inquiries, interested parties may contact James C. Kanash at james.c.kanash@uscg.mil or by phone at 757-628-4467.
    Cornerstone Initiative CS-26-1501: Quad Cities Cartridge Case Facility (QCCCF)
    Buyer not available
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a procurement opportunity for the operation and maintenance of the Quad Cities Cartridge Case Facility (QCCCF) located in Rock Island, Illinois. The selected contractor will be responsible for all aspects of facility operation, including maintenance, safety, and security, while also proposing innovative work to meet both Department of Defense and commercial needs. This initiative is part of the Cornerstone Other Transaction Agreement (OTA), aimed at strengthening the U.S. Manufacturing and Defense Industrial Base, and is restricted to members of the Cornerstone Consortium. Interested entities must have an active registration in SAM.gov and a signed Cornerstone Consortium Management Agreement to be eligible for proposal submission. For further inquiries, interested parties can contact the Cornerstone Team via email at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.
    Concrete Crushing
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting services for concrete crushing at the Anniston Army Depot (ANAD) in Alabama. The objective is to produce crushed concrete that meets the specifications set forth by the Alabama Department of Transportation (ALDOT), which will be used as a substitute for purchased materials. This initiative is crucial for sustainable construction practices and cost-effective resource management within military operations. Interested small businesses are encouraged to reach out to Amber Burdett at amber.e.burdett.civ@army.mil or call 256-240-3002 for further details, as the solicitation closing date has been extended to accommodate industry questions.
    Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking industry partners for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). This procurement aims to establish ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the United States and its territories, supporting FEMA and federal disaster response efforts under the Stafford Act. The contracts, valued at an estimated $37 billion over a five-year period, are crucial for managing debris following natural and man-made disasters, ensuring public safety and infrastructure restoration. Interested parties must submit feedback on the draft solicitation by 2:00 PM on December 12, 2025, and can direct inquiries to Christopher McCabe or Brunson Grothus via their provided email addresses.
    Aluminum Round Bar
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for a three-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of 6061T6 Aluminum Round Bars, specifically 12 inches in diameter and 7 feet long, to support the M48A1 Large Filter Production at Pine Bluff Arsenal. The procurement requires a minimum of 40 and a maximum of 420 units, adhering to strict material standards including AMS-QQ-A-200/8 and ASTM-B221, with no drawings required as specifications are detailed in the attached product description. This contract is crucial for ensuring the availability of high-quality aluminum components necessary for military applications. Interested small businesses must submit their quotes, including the required price matrix and product description, by December 15, 2025, at 3:00 PM CST, to the primary contacts Heather Johns and Bethany Carbajal.