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.

    Point(s) of Contact
    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
    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 soliciting proposals for the construction of a stream bridge to replace NRP-03. This project falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The construction of this bridge is critical for maintaining infrastructure and ensuring operational capabilities at Fort McCoy. Interested contractors can reach out to Kristine Scholz at kristine.k.scholz.civ@army.mil for further details regarding the solicitation process and requirements.
    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.
    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.
    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.
    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.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Dept Of Defense
    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.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.