FY25 EAGLE II BOA RFP
ID: W519TC-25-R-0044Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the Enhanced Army Global Logistics Enterprise (EAGLE II) Basic Ordering Agreement (BOA) to provide comprehensive logistics support services. This procurement encompasses maintenance, supply, and transportation support services, aimed at enhancing the Army's operational readiness and efficiency across various installations in the United States. The total estimated funding for this initiative is approximately $390 million, with a focus on promoting small business participation through a total small business set-aside. Interested contractors must submit their proposals by the revised deadline of July 17, 2025, and can direct inquiries to primary contact Hannah J. Kennedy at hannah.j.kennedy.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Enhanced Army Global Logistics Enterprise (EAGLE) Basic Ordering Agreement (BOA) outlines the support required for the Army's logistics operations, including maintenance, supply, and transportation, across various operational environments, both within and outside the Contiguous United States (CONUS and OCONUS). The Army Sustainment Command aims to improve logistical effectiveness through a standardized approach, enabling a prime contractor to manage tasks efficiently under subsequent task orders. Key areas of service include field-level maintenance, inventory management, and transportation support, while excluding functions such as dining facility operations and IT services. Contractors must ensure compliance with stringent federal and Army regulations concerning personnel qualifications, security clearances, and environmental safety. Funding complexities necessitate robust accounting and tracking processes for multiple funding sources. The contractor will implement a quality control program following ISO standards and track performance metrics related to maintenance and supply services to ensure efficiency. Overall, EAGLE aims to enhance the Army's logistical capabilities, simplify procurements, and sustain readiness for deployment while adhering to compliance and regulatory standards.
    This document outlines a comprehensive set of clauses and regulations applicable to federal government contracts, focusing on compliance, inspections, performance, and contract administration. It is structured into various sections that address Inspection and Acceptance of supplies and services, Deliveries or Performance, and Contract Administration Data, detailing specific clauses such as those concerning the inspection of services and cost-reimbursement processes. The file emphasizes adherence to Federal Acquisition Regulation (FAR) guidelines and includes provisions for safeguarding sensitive information, cybersecurity requirements, and compliance with environmental and labor laws. It also presents criteria for evaluating proposals and engaging small businesses, highlighting the government’s commitment to inclusive contracting practices. Key provisions cover inspection quality assurance, payment protocols, subcontracting regulations, and mechanisms for addressing unacceptable performance. By consolidating essential clauses and requirements, this document serves as a vital resource for suppliers and contractors looking to engage with federal, state, and local governments, ensuring compliance with various legal and regulatory frameworks essential for the successful execution of government contracts.
    The document outlines the Experience Matrix required for government solicitations, particularly focusing on maintenance, supply, and transportation functionalities in military contexts. It emphasizes the necessity for offerors to provide detailed past performance data, including two distinct functions performed simultaneously within each category—maintenance, supply, and transportation. Each section requires relevant contract information, such as the contract number, total dollar value, duration, and contact details for the contracting official and technical representative. The importance of authorizing submissions and certifying experience is also highlighted. By detailing the need for specific and relevant experience, the document serves as a critical tool for assessing potential contractors’ capabilities and suitability for future contracts within the Army’s operational framework. Proper adherence to these guidelines ensures alignment with the EAGLE effort, reinforcing expectations for performance standards in government engagements.
    The document titled "Attachment 0004 - Blocked File Extensions" presents a comprehensive list of file extensions that are restricted from being processed or opened in the context of federal and local government operations, specifically related to the RFP W519TC-25-R-0044. Dated 13 June 2023, it enumerates a wide range of executable, script, and document file types such as *.exe, *.js, and *.zip, which are known for their potential security threats and vulnerabilities when interacting with government systems. The purpose of this attachment is to provide guidance for handling digital files to ensure cybersecurity protocols are upheld, thereby minimizing risks associated with malware and data breaches. This careful selection reflects the government's ongoing commitment to maintaining secure operational environments while issuing RFPs and grants. The document's straightforward structuring of file types serves as a critical reference for federal, state, and local agencies in complying with cybersecurity standards during the proposal and grant procurement processes.
    The document outlines the authorized points of contact (POCs) for the Request for Proposal (RFP) W519TC-25-R-0044. It specifies that the individuals listed are empowered to receive communications related to the proposal, negotiate contractual terms upon award, and sign binding documents associated with the RFP. While the file includes sections for names, titles, email addresses, phone numbers, and mailing addresses of the designated POCs, these details are left blank. This brief communication serves as a critical component of the proposal process, ensuring clarity regarding who represents the offeror and facilitating effective interaction between the bidders and the government agency. Overall, the document reinforces the importance of proper channels of communication in the context of government contracting and proposal submission.
    The EAGLE II BOA RFP W519TC-25-R-0044, released on June 10, 2025, is aimed at obtaining a Blanket Ordering Agreement (BOA) to facilitate future task order proposals. The document includes various inquiries regarding prior contractors, current contract numbers, and relevant clauses, emphasizing the nature of the BOA as not being a contract per FAR 16.703(a)(3). It clarifies that annual BOA opportunities are limited, underscoring that execution does not guarantee order placement. Updates include the provision of a fillable Attachment 0003 and clarification on clauses related to government-furnished management and property. The Marketing Partner Identification Number (MPIN), required for registration, is now part of sam.gov. Additionally, it addresses the need for small businesses in joint ventures not to provide a Mentor-Protégé agreement and confirms the release of the Equipment Density Listing on sam.gov. A deadline for submitting further questions—June 18, 2025—is outlined, stressing adherence to the established timeline for inquiries. Overall, the focus is on ensuring a clear understanding of the procurement requirements and submission processes for potential contract offerors.
    The EAGLE 2025 BOA Q&A Template serves as a structured guide for submitting inquiries related to the EAGLE 2025 Broad Agency Announcement (BAA). It outlines the requirement for participants to pose questions in a specific format, focusing on clarity and relevance. Each inquiry should be categorized by a reference number indicating the relevant document, page, and paragraph, with only one question per row. The format emphasizes conciseness by prohibiting the inclusion of proprietary information or additional columns. This template is crucial for streamlining communication, ensuring all questions are systematically addressed within the context of this federal initiative. Overall, the document's primary purpose is to facilitate clear and organized questioning, enhancing participant engagement and effectiveness in the RFP process related to federal grants and opportunities.
    The solicitation document outlines the Enhanced Army Global Logistics Enterprise (EAGLE) program, designed to procure logistics support for Army Materiel Maintenance, Supply, and Transportation Services. It details a multi-step procurement process, emphasizing annual Basic Ordering Agreement (BOA) requests for proposals, with accepted proposals leading to five-year BOAs for qualified contractors. It specifies forthcoming logistics requirements at multiple Army installations across the United States, each associated with distinct timelines and operational tasks. Contractors must demonstrate the capability to handle maintenance, supply, and transportation functions, and must respond to the annual BOA RFP to participate in subsequent Task Order competitions. Small business set-asides are emphasized for tasks projected below $47 million, contingent upon market research outcomes. Furthermore, the document specifies compliance requirements for performance evaluations and reporting obligations, including contractor labor reporting, insurance requirements, and adherence to federal procurement regulations. The overall aim is to streamline logistics support for the Army while ensuring regulatory compliance and promoting small business participation in federal contracting opportunities.
    The document outlines a detailed inventory list for defense-related equipment, which is intended for proposal purposes in the context of government Requests for Proposals (RFPs). It categorizes various commodities, including artillery weapons, communications and electronic equipment, construction equipment, and tactical vehicles, along with their respective quantities and nomenclatures. Each item is associated with a Controlled Inventory Item Code (CIIC) to denote its criticality. The inventory serves not only as a representation of the types of equipment that may be required but also highlights the certification requirements for technicians, such as Emergency Vehicle Technician (EVT) Level III, necessary to maintain and operate specific items like firetrucks and ambulances. The detailed density listing indicates potential procurement needs, underscoring the military's focus on maintaining operational readiness and compliance in various operational domains. This comprehensive inventory is foundational for stakeholders involved in preparing proposals or bids related to federal grants or state/local RFPs.
    This document is an amendment to Request for Proposal (RFP) # W519TC-25-R-0044, issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of Amendment 0002 is to extend the deadline for proposal submissions from July 10, 2025, to July 17, 2025, at 12:00 PM Central Time. All other terms and conditions of the solicitation remain unchanged. This amendment requires contractors to acknowledge receipt and adhere to the new submission timeline, failing which their offers may be rejected. The document is structured to include essential fields such as contract IDs, amendment dates, and contact information for the buyer, Hannah J. Kennedy. Overall, the amendment serves to facilitate the submission process for potential contractors while reinforcing existing contract stipulations.
    This document constitutes Amendment 0001 to Request for Proposal (RFP) # W519TC-25-R-0044, issued by the Army Contracting Command. The amendment serves to update several attachments relevant to the RFP process, including a revised Experience Matrix and a Q&A document addressing industry inquiries from the initial RFP released on June 10, 2024. Additionally, it includes the previously missing Equipment Density List in the SAM posting and clarifies that the Government will not respond to further questions from Offerors, although it will consider any submitted inquiries. All other terms and conditions of the original solicitation remain unchanged. The purpose of the amendment is to ensure all parties have access to the necessary documents and information to facilitate the submission of proposals, highlighting the critical nature of clear and updated communication in federal RFP processes. This reflects the Government's intent to maintain an orderly and transparent proposal submission environment.
    Lifecycle
    Title
    Type
    FY25 EAGLE II BOA RFP
    Currently viewing
    Solicitation
    Similar Opportunities
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Global Distribution Expeditionary Contract
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing DLA Distribution Contract SP3300-21-D-5002 on a sole source basis to Olgoonik Federal, LLC. This modification aims to increase the contract ceiling to accommodate labor support for workload surges, unforeseen/unplanned workload, contingency operations, and special projects, as the current contract has been exceeding the anticipated spending rate. The services provided under this contract are critical for ensuring DLA's ability to respond promptly to unplanned requirements, thereby supporting its mission and that of its customers. For further inquiries, interested parties can contact Scott Lesh at scott.lesh@dla.mil or by phone at 717-770-4245; please note that this is not a solicitation for proposals or bids.
    Enterprise Support Services (ESS)
    Dept Of Defense
    The Department of Defense, specifically the Army's Deputy Chief of Staff (DCS), G-4, is seeking sources for Enterprise Support Services (ESS) to enhance Army logistics operations. The contractor will provide broad-based research and analytic support, focusing on developing logistics strategies, assessing current logistics issues, and supporting supply chain requirements, all while ensuring integration with Defense strategic plans. This opportunity is critical for maintaining the Army's logistics readiness and operational effectiveness in a dynamic security environment. Interested parties must submit a capability statement outlining their qualifications and whether they are a Small Business to Roxanne Veary at roxanne.n.veary.civ@army.mil, with the contract featuring a base period of eight months and options for extensions.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Synopsis Next Generation Aerospace Ground Equipment (NGAGE) MAC IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ) contract, aimed at supporting Agile Combat Support (ACS) for Aerospace Ground Equipment (AGE) over a ten-year period. This contract will facilitate the design, development, testing, and implementation of new solutions for AGE, which is critical for the launch, recovery, and maintenance of various aircraft systems, including fighters, bombers, and cargo aircraft. The IDIQ has a ceiling of $920 million and is intended to establish a diverse awardee base, with no set-asides at the basic contract level, although they may apply at the order level. Interested parties should note that the solicitation number FA8532-26-R-B001 will be posted on sam.gov, with a tentative award date set for April 2026. For further inquiries, contact Kimberly Janssen at kimberly.janssen@us.af.mil or Joe Lee at joe.lee.4@us.af.mil.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to procure spare parts in support of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement includes fourteen specific National Stock Numbers (NSNs) for various components such as Rotary Pump Units, Antenna Positioners, and Mast Control units, with estimated annual quantities provided for each item. This acquisition is critical for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by December 19, 2025, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.
    UH-60 GEARBOX, ASSEMBLY UPGRADE AND OVERHAUL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is seeking potential sources for the inspection, overhaul, and upgrade of the UH-60 Gearbox, Assembly. This procurement aims to ensure the availability of services, facilities, labor, and materials necessary to return the gearbox to a condition code A, as defined by Army regulations, highlighting its critical safety status. Interested contractors must submit a capabilities statement by December 29, 2025, to the primary contact, Jason Howell, at jason.l.howell4.civ@army.mil, with the possibility of a single award contract structured as a Firm Fixed Price, Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The applicable NAICS code for this opportunity is 336413, and the government encourages responses from small businesses, with a minimum quantity of 30 and a maximum of 180 units anticipated.