CONCRETE CRUSHING IDIQ
ID: W911SA25BA007Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Site Preparation Contractors (238910)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking bids for a Concrete Crushing Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement involves the crushing of concrete, rock, and asphalt at Fort McCoy, with a project magnitude estimated between $1 million and $5 million, specifically set aside for small businesses under the NAICS code 238910. The contract will span from fiscal year 2025 to 2030, including a base period and four option years, with the anticipated award date in June 2025 and a completion deadline for the base period by June 16, 2026. Interested contractors should submit sealed offers by July 7, 2025, and can direct inquiries to William Parsons at william.a.parsons4.civ@army.mil or Vance C. Bickford at vance.c.bickford.civ@mail.mil for further details.

    Files
    Title
    Posted
    The document outlines a federal Request for Proposals (RFP) for a concrete, rock, and asphalt crushing contract at Fort McCoy, Wisconsin, covering the fiscal years 2025 to 2030. It includes a blank bid schedule categorized into base year and four option years, detailing the quantities and unit measures for various types of material to be crushed, including 15,000 tons of concrete and 2,000 tons of asphalt each year. The schedule also mentions remobilization costs, although all dollar amounts are currently indicated as zero. The primary focus of this RFP is to manage the crushing of demolition materials at designated sites within Fort McCoy, contributing to efficient resource management and site maintenance. This structured approach enables the government to solicit bids, ensuring compliance with procurement regulations while addressing infrastructure needs within the military facility over the specified contract term.
    The document is a Bid Bond form, Standard Form 24 (REV. 10/2023), used in federal contracting to guarantee that a bidder will fulfill their obligations if their bid is accepted. It outlines essential details such as the principal's legal name, organization type, sureties involved, bid price percentage, and the penal sum of the bond. The bond ensures that, upon acceptance of the bid, the principal will execute the required contractual documents and provide necessary bonds within specified time frames. If the principal fails to do so, the bond guarantees payment to cover any additional costs incurred by the government due to this failure. The form includes instructions for proper execution, requirements for sureties, and legal obligations, highlighting the need for corporate seals and the inclusion of financial capability information for individual sureties. This standardized form is crucial in the context of federal RFPs, grants, and state/local requests for proposals, fostering accountability and assurance in government contracting processes.
    The document addresses vendor inquiries related to Solicitation W911SA25BA007 for rock crushing services at Fort McCoy. Key topics include the definition of "breaker rock," weight ticket requirements, bid guarantees, pricing for line items, and the expected processing of demolition debris materials. It clarifies that fencing is unnecessary for task orders and outlines the timeframe for performance, typically 30 days, with possible extensions for larger quantities. The estimated project magnitude is $1 million to $5 million over five years. The solicitation is a Small Business Set Aside with no specific bidding preferences. Additionally, it notes that only one company attended the site visit, expressing a lack of interest due to logistical constraints. Furthermore, it specifies that the evaluation of a company's size for Small Business eligibility occurs after the solicitation's closing date. Overall, the document is a structured Q&A aimed at providing clarification to potential bidders about the requirements and expectations of the contract, ensuring transparency and guiding the procurement process.
    The document outlines an amendment to a federal solicitation regarding a contract for crushing services at Fort McCoy, Wisconsin. The amendment serves multiple purposes: it posts vendor questions, adds a federal acquisition regulation (FAR) clause that was previously missing, and extends the proposal due date from June 27, 2025, to July 7, 2025. Key modifications include changes to the contract's period of performance for multiple option line items, shifting all dates by ten days later. Additionally, the document outlines required actions for bidders in acknowledging the amendment and provides clarification processes for any changes to existing offers. The amendment also stipulates standardized service delivery timelines and introduces new procurement regulations like performance and payment bonds. Overall, the document is integral for ensuring compliance and clarity in the federal contracting process while facilitating vendor participation through extended deadlines and clear communication of changes. The emphasis on acknowledgment requirements underlines the importance of adherence to timelines for successful proposal submissions.
    The document outlines a government Request for Proposal (RFP) for a contractor to perform concrete crushing services at Fort McCoy over a period from FY25 to FY30. The main focus is on the solicitation process, which includes essential details such as submission requirements, bid guarantees, and contract evaluation criteria. Bidders are instructed to submit sealed offers by July 7, 2025, and must specify their compliance with additional requirements, including performance bonds. The project includes a base year and four option years, with fixed-price arrangements expected. A site visit is scheduled for June 6, 2025, where potential bidders can inquire about conditions and access. The magnitude of the project is estimated between $1 million and $5 million, set aside for small businesses. Evaluation will be based on price and associated factors, ensuring all bids contain complete and accurate documentation. The timeline stresses prompt submission and detailed documentation for progress payments and contract compliance, emphasizing the importance of adherence to regulations during the contracting process. This effort illustrates the government's commitment to transparency and competitive bidding in public construction projects.
    Lifecycle
    Title
    Type
    CONCRETE CRUSHING IDIQ
    Currently viewing
    Presolicitation
    Similar Opportunities
    Concrete Crushing
    Dept Of Defense
    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.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    CONSTRUCT STREAM BRIDGE TO REPLACE NRP-03
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking contractors to construct a stream bridge to replace NRP-03 on the Fort McCoy installation. This project falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, and is classified as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in federal contracting. The successful contractor will play a crucial role in enhancing infrastructure and ensuring safe transportation routes within the military installation. Interested parties should reach out to Kristine Scholz at kristine.k.scholz.civ@army.mil for further details regarding the solicitation process.
    Stone and Soil MBPA on Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to establish a Blanket Purchase Agreement (BPA) for stone and soil materials under NAICS code 212312: Crushed and Broken Limestone Mining and Quarrying. The BPA will require suppliers to provide various products, including light and medium stone fill, subbase materials, washed stone, dry rip wrap, railroad ballast, screened topsoil, and pea stone, which are essential for maintaining roads, culverts, parking lots, and grass areas within the Fort Drum cantonment. Interested parties must be registered with the System for Award Management (SAM) and submit their Unique Entity Identifier (UEID) and CAGE Code to the primary contact, Kayla Rogers, at kayla.m.rogers14.civ@army.mil, with a courtesy copy to additional contacts provided in the notice. The BPA will be evaluated annually and may remain in place for up to five years, with considerations for price, socio-economic status, past performance, and technical capabilities.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Fort Leonard Wood Roofing IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    FY25 IDIQ Hopper Dredge Rental
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the FY25 IDIQ Hopper Dredge Rental project, which involves dredging operations for the Mobile District Navigation Projects across Alabama, Mississippi, and Florida. Contractors will be required to provide the necessary equipment, materials, supplies, and manpower to fulfill the dredging requirements, with an estimated project cost ranging from $25 million to $100 million. This opportunity is open on an unrestricted basis, with a size standard for small businesses set at $37 million in average annual receipts over the past three years. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents, which are expected to be available around September 5, 2025. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 251-441-6500.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.