Concrete Pads
ID: W519TC25Q2183Type: Presolicitation
Overview

Buyer

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

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)

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 bids for the construction of concrete pads at the Rock Island Arsenal Joint Manufacturing and Technology Center. The project requires contractors to provide high-strength 5000-PSI concrete pads for various machinery installations, adhering to specific construction guidelines, safety protocols, and environmental considerations. This procurement is significant for ensuring the durability and stability of essential infrastructure at the facility. Interested small businesses must submit their quotes by April 25, 2025, following a mandatory site visit on April 18, 2025, and can direct inquiries to Kevin C. Gilmore at kevin.c.gilmore.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Contracting Command – Rock Island (ACC-RI) has issued solicitation W519TC-25-Q-2183 for Concrete Pads to support the Rock Island Arsenal's Joint Manufacturing and Technology Center. The acquisition follows FAR Part 12 (Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures), with payments processed via the DFAS WAWF system. Quotes must remain valid for 90 days. A scheduled site visit on April 14, 2025, is available for contractors, who must pre-register by April 10, 2025, and obtain visitor badges for Arsenal access. Emphasis is placed on the necessity of the site visit for accurate bid preparation. The government intends to award a Firm Fixed Price contract to the lowest responsive and responsible offeror, where timely delivery is crucial. The solicitation document specifies that contractors must provide concrete mounting pads for various machinery installations and includes detailed delivery instructions, acceptance conditions, and inspection requirements. Additionally, it outlines compliance with multiple federal regulations regarding labor standards, safety, and minority participation in contracting. Overall, this solicitation demonstrates the government’s commitment to engaging small businesses while ensuring compliance with federal acquisition regulations and operational standards.
    The document is an amendment to a solicitation issued by the Army Contracting Command - Rock Island, specifically modifying the original contract associated with the solicitation identified as W519TC25Q2183. The primary focus of this amendment is to extend the response date for submissions and adjust the date for a site visit. The solicitation closing date has been changed from April 18, 2025, at 11:00 AM to April 25, 2025, at 1:00 PM CST. Additionally, the site visit is now scheduled for April 18, 2025, at 9:00 AM CST. All other terms and conditions of the original solicitation remain unchanged. This amendment serves to ensure clarity and updated timelines for potential contractors to prepare their submissions effectively, reflecting standard practices in government procurement processes.
    The document outlines the specifications and guidelines for the construction of concrete mounting pads at the Rock Island Arsenal Joint Manufacturing and Technology Center (JMTC). It covers essential elements such as project drawings, contractor responsibilities, and specific construction requirements, including the use of high-strength 5000-PSI concrete. There are detailed instructions for handling dust during demolition, temperature limitations for concrete transport, and safety protocols that the contractor must follow while working on-site, including the use of personal protective equipment and adherence to security protocols like the installation's RAMP and iWATCH programs. Structural specifications include rebarring and expansion joint materials, which are critical to ensuring durability and stability for the mounting pads. The document emphasizes compliance with local regulations and standard operating procedures, ensuring a safe and efficient construction process while giving due consideration to environmental impact and site safety. This RFP aligns with the federal government's emphasis on maintaining high standards for public contracts, facilitating clear communication about project expectations.
    Lifecycle
    Title
    Type
    Solicitation
    Concrete Pads
    Currently viewing
    Presolicitation
    Similar Opportunities
    Cornerstone Initiative CS-26-1501: Quad Cities Cartridge Case Facility (QCCCF)
    Dept Of Defense
    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.
    Operation of the Quad City Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the operation of the Quad City Cartridge Case Facility (QCCCF) in Rock Island, Illinois, for Government Fiscal Year 2026. The objective is to develop and manufacture fixed-price prototype capabilities that enhance workload and revenue while maintaining the critical defense industrial base for producing steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for sustaining the U.S. organic industrial base and ensuring the availability of essential ammunition components. Interested parties must submit white papers by January 8, 2026, with further details available from primary contact Mallory Schmitt at mallory.d.schmitt.civ@army.mil.
    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.
    HDPE, Solid
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of High-Density Polyethylene (HDPE) to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). This firm-fixed-price contract, issued under FAR Parts 12 and 13, requires contractors to meet specific material requirements, including dimensions and physical properties, and to provide certified test reports and certificates of conformance. Timely delivery to the Rock Island Arsenal in Illinois by February 9, 2026, is critical, with penalties for any delays. Interested contractors can reach out to John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further details regarding the solicitation W519TC26QA053.
    Gymnasticator Modernization
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking proposals for the modernization of control systems for two MG3000 Mechanical Gymnasticators at the Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC). The project aims to enhance the gymnasticators' capabilities to deliver real-time test data, positional results, and pass/fail outcomes for various weapons systems, including the M1A1 and M119A3, among others. This upgrade is critical for maintaining the operational efficiency and reliability of military equipment, ensuring compliance with stringent safety and environmental standards. The total contract value is estimated at $25,500,000, with a performance period of 365 days post-award. Interested contractors should direct inquiries to Christine Szalo at christine.a.szalo.civ@army.mil or Daniel Sinnott at Daniel.s.Sinnott.civ@army.mil.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    W519TC-26-Q-A027 Stryker SIEGMUND SOL Amendment 0001
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting quotes for the procurement of Stryker SIEGMUND materials, specifically requiring the supply of Siegmund brand name items. This procurement is critical for supporting operations at the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC), with a focus on delivering various hardware components essential for ongoing projects. Interested contractors must submit their quotes by December 22, 2025, at 10 AM Central Time, ensuring compliance with delivery requirements and visitor access policies at the Arsenal. For further inquiries, potential bidders can contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    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.
    Fish Barrier Admin Wing and Bathroom Remodel
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is soliciting quotes for the remodeling and upgrading of the admin wing and bathrooms at the fish barrier located in Lockport, IL. The project includes tasks such as painting walls, installing floor and wall tiles, and setting up toilet partitions and a vanity, with specific updates to the project work statement regarding wall tile installation heights. This procurement is a Total Small Business Set-Aside, emphasizing the importance of engaging small businesses in federal contracting opportunities. Interested vendors must register with sam.gov and the DoD Procurement Integrated Enterprise Environment (PIEE) to submit their quotes electronically by 1:00 PM (Central Time) on December 22, 2025, with an estimated award date in January 2026. For inquiries, contact James Parizek at james.p.parizek@usace.army.mil or 312-846-5585.