Base Operations Support Services, Rivanna Station, Virginia
ID: W5168W-26-R-A016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-0000, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Base Operations Support Services at Rivanna Station in Charlottesville, Virginia. The procurement encompasses a wide range of services, including custodial work, waste management, grounds maintenance, snow and ice removal, and facilities maintenance, all aimed at ensuring the efficient operation and upkeep of the military installation. These services are critical for maintaining the functionality and safety of the base, supporting both daily operations and special events. Interested contractors should direct inquiries to Marsh Hopkins at marsh.hopkins.civ@army.mil, with proposals due by January 30, 2026, at 11:00 AM local time, and the estimated contract value is approximately $7.7 million.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a non-personal services contract for comprehensive base operations and maintenance at Rivanna Station, Virginia. The contractor will provide a range of services, including custodial work, waste management, grounds maintenance, snow removal, and facilities maintenance. Key requirements include adherence to performance standards, efficient management of demand, preventive, and project work orders via GFEBS and ArMA, and strict security clearances for personnel. The PWS details responsibilities for transition, emergency services, quality control, and subcontractor management, emphasizing compliance with federal, state, and local regulations. The document also addresses facility access, traffic flow, utility location, excavation permits, and the importance of a robust warranty program and technical document library.
    The Installation Management Command (IMCOM) Facilities Maintenance Instruction outlines Standard Operating Procedures (SOP) for Directorate of Public Works (DPW) work management, focusing on maintenance and repair of real property. It clarifies definitions from Army Regulation 420-1 and the General Fund Enterprise Business System (GFEBS) for work authorization documents like Demand Maintenance Orders (DMOs), Preventive Maintenance Orders (PMOs), Operational Work Orders (OWOs), and Project Work Orders (PWOs). The instruction details scheduled tasks (PMOs, OWOs) and unscheduled tasks (DMOs, PWOs), including their priorities, thresholds, and execution requirements. DMOs are for minor, unscheduled repairs, categorized as Emergency, Urgent, or Routine, with a 32 work-hour and $10,000 material cost limit before converting to a PWO. PWOs are for larger, non-recurring projects up to $150,000. The document standardizes processes for facilities maintenance, repair, and modernization, ensuring compliance and efficient resource management for contractors.
    Annex D (Service 402 Custodial Services) outlines the requirements for custodial services at Rivanna Station, VA. The contractor must provide all necessary management, tools, materials, equipment, and labor, adhering to Annex D1 and applicable regulations. Services include cleaning restrooms, kitchens, windows, high-traffic areas, and managing trash/recycling. Enhanced service is required for childcare and youth facilities, while basic service applies to others like Access Control Points. Excluded services include biohazard cleaning, mold/flood remediation, and pandemic-related disinfection. The contract also covers special event cleaning, floor care (hard floors and carpets), restocking supplies, and specific procedures for Child, Youth, and School Services (CYS) facilities, including using approved green cleaning products and maintaining safety data sheets.
    The document outlines the Solid Waste Management services for Rivanna Station Base Operations and Maintenance, effective December 11, 2024. The contractor is responsible for a comprehensive approach to non-hazardous solid waste, emphasizing green procurement, waste prevention, and disposal. Services include collecting, transporting, and disposing of commercial, industrial, and community waste at a Virginia-approved Subtitle “D” Municipal Solid Waste (MSW) landfill, with the contractor covering all fees. Key aspects involve maximizing waste diversion through innovative practices, managing co-mingled waste, and adhering to strict schedules for collection and reporting. The contractor must provide and maintain serviceable collection containers, vehicles, and respond to special events, storms, natural disasters, unscheduled clean-ups, and emergencies. Prohibited items include ordnance, hazardous materials, asbestos, human remains, and biomedical waste. The contractor must submit various reports, including monthly summaries, container condition reports, and weekly skip reports, and maintain an inventory of government-owned containers, including routine maintenance, repairs and replacements. All operations must comply with federal, state, and local laws and regulations.
    Annex F outlines a non-personal services contract for grounds maintenance at Rivanna Station, dated December 17, 2024. The contractor is responsible for comprehensive groundskeeping, including mowing, trimming, turf replacement, leaf and debris removal, tree and shrub maintenance, irrigation, and policing of areas. Services cover High Visibility (Improved Grounds), Common Areas (Semi-Improved Grounds), and Unimproved Grounds, maintaining a professional appearance. Key tasks include precise mowing at a 3-inch height, edging, trimming around fixed objects, and fertilizing based on soil test results. The contract also details seeding, hydroseeding, aeration, flower bed maintenance, weed control with certified personnel, and the removal of debris, leaves, and litter. Tree services encompass mulching, pruning, and emergency removal, with specific guidelines for replacement and disposal. Hedge and shrub maintenance, irrigation system operation and repair, and xeriscape area upkeep are also specified. Special services for VIP visits and events are required, with the contractor coordinating within the existing schedule at no extra cost to the government. Petroleum-impacted soil encountered during work must be handled according to federal, state, and local guidelines. Special equipment requirements include mulching blades and turf-type tires for mowers. The document includes a
    Annex G outlines the requirements for Pavement Clearance, Snow, Ice, and Sand Removal services at Rivanna Station. The contractor must provide these services on paved areas, commencing when snow exceeds two inches or ice accumulation is possible. Services are classified by storm intensity (Class A-F), with specific response times for primary roads (6 hours), secondary roads (8 hours), all other roads (12 hours), and parking lots/sidewalks (24 hours). The contractor must submit and annually update a Snow, Ice, and Sand Removal Plan, including material inventory, traffic control, communication, snow dumping areas, and procedures for additional crews. Prohibited de-icing agents include urea, nitrogen, phosphorus, and ethylene glycol. The contractor is responsible for pre-treatment, de-icing supplies, and post-event sweeping. Safety measures, including visible equipment and liability for vehicle damage, are also detailed.
    Annex H outlines the comprehensive facility maintenance and operations services required for Rivanna Station, focusing on vertical facilities, structures, and associated systems. The contractor is responsible for inspecting, repairing, and maintaining buildings, utilities, and installed equipment, excluding common network and intrusion detection systems. Key services include preventive and demand maintenance, energy conservation, and specialized operations like sign shop services. The document details requirements for HVAC, plumbing, electrical, emergency generators, fire alarms, and security systems. It also covers environmental compliance, such as storm water reporting and grease trap maintenance. Emphasis is placed on detailed reporting, adherence to industry standards (NFPA, ASME), and emergency response plans for various scenarios, including utility outages, freeze protection, and natural disasters. The contractor must manage work orders, update facility data in systems like BUILDER SMS, and ensure personnel training and security clearances for critical areas. Specific maintenance schedules and component lists are referenced in technical exhibits.
    Annex J outlines the requirements for horizontal facilities maintenance at Rivanna Station, Charlottesville, VA. The contractor will be responsible for maintaining and repairing surfaced and unsurfaced areas, including roadways, parking lots, sidewalks, bridges, and culverts. Key tasks include pothole repair, barrier maintenance, sweeping and cleaning paved surfaces, and parking lot painting. The contractor must develop a preventive maintenance plan, adhere to safety and environmental regulations, and manage traffic flow during repairs. All work must comply with applicable laws, regulations, and Unified Facilities Criteria, with detailed record-keeping in GFEBS. Additionally, the contractor will handle road pavement marking, bridge maintenance, and stormwater retention pond upkeep. The document emphasizes qualified personnel, Root Cause Analysis for problem-solving, and coordination with government representatives for approvals and reporting.
    The document outlines the step-by-step process for Proposal Managers to post an offer for a solicitation within the Wide Area Workflow e-Business Suite's Solicitation Portal. It details logging into PIEE, accessing the Solicitation application, and searching for specific solicitations using various criteria such as Solicitation Number, Response Date, and NAICS codes. Users then view the solicitation, including attachments, before navigating to the 'Offer' tab to add a new offer. The process involves selecting the appropriate CAGE Code, uploading offer attachments, entering a Signature Date, and digitally signing the submission with a Digital Pin and OTP. A success message confirms the offer's submission, which can then be viewed within the portal.
    Annex M outlines the pest management services for Rivanna Station, Charlottesville, VA, emphasizing an Integrated Pest Management (IPM) program. The contract requires the contractor to provide comprehensive pest control, surveillance, identification, and breeding site removal for various pests affecting facilities and grounds. Services must adhere to federal, state, and local regulations, including DoD Instructions and Army Policies. Key requirements include licensed and certified personnel, approved pesticide use, specific response times for emergency and non-emergency requests, and detailed record-keeping. The contractor is responsible for structural pest control, including termites and rodents, and managing household and miscellaneous pests. Special attention is given to pest control in food handling establishments and child development centers, with strict protocols for pesticide application and safety.
    The document lists government property under Contract #W91QV1-14-D-0005 for Alutiiq-Pacific, LLC, identified by Cage Code: 515D4. The inventory details various items, including ADP equipment (CPUs, monitors, printers, fax machines), test equipment (MOD Service Tool, JCI Converter Kit, Gas Alert Monitor, Entelliguard Trip Unit), communications equipment (MACOM Hand Radios, charging stations), storage items (cabinets, security cages, flammable liquid storage cabinets, salt-grit boxes), and other assets like an ice maker and portable A/C units. The property is categorized by department (Admin, BAS, SCADA, Maintenance, Electrical, HVAC, Grounds, QC/QA, Contractor Support, Workforce), ownership (GFP - Government Furnished Property, GFE - Government Furnished Equipment - Lease), and specific office locations or sites (e.g., A1001, NGIC, Bldg 2000). Manufacturers such as Dell, HP, Panasonic, Canon, and MACOM are also identified for various items.
    The Rivanna Station BASOPS Pricing Matrix outlines a Firm-Fixed Price contract for base operations services, detailing pricing for a base year and four option years across various service lines. Key services include Program Management, Custodial, Solid Waste Management, Grounds Maintenance, Snow and Ice Removal, Preventative Maintenance, Facilities Maintenance (Vertical and Surfaced/Unsurfaced), and Pest Management. The contract emphasizes annual quantities, with specific 'Target Award Bands' for certain maintenance services. The total estimated contract value is $7,732,106. The document specifies that prices will be incorporated into the contract, and offerors must provide fixed monthly pricing, which will automatically populate extended prices. It also clarifies the application of markup rates for Project Work Orders/Operation Work Orders (PWOs/OWOs) like snow and ice removal, which must include all indirect rates such as G&A and profit.
    This document outlines wage determinations and contractor requirements under the Service Contract Act for various occupations in the District of Columbia, specific Maryland counties, and specific Virginia counties. It details minimum wage rates based on Executive Orders 14026 and 13658, which mandate $17.75 and $13.30 per hour, respectively, for contracts entered into or renewed on or after specific dates in 2022 and 2015. The document lists numerous occupational categories with corresponding hourly wage rates and specifies fringe benefits including health and welfare ($5.55 or $5.09 per hour depending on EO 13706 applicability), vacation (2-4 weeks based on service length), and eleven paid holidays. It also includes provisions for paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. Special instructions are provided for computer employees and air traffic controllers/weather observers, outlining exemptions and night/Sunday pay. The conformance process for unlisted occupations is detailed, requiring contractors to propose classifications and wage rates for approval by the Wage and Hour Division.
    The document outlines the wage determination for construction projects in Fairfax County, Virginia, under the Davis-Bacon Act, specifying minimum wage rates based on various Executive Orders for contracts initiated on specific dates. It details prevailing wage rates for various classifications of workers and includes requirements for paid sick leave under Executive Order 13706 for contractors. Additionally, it provides information on the appeals process for wage determination decisions.
    The document outlines the wage determination for heavy construction projects in Fairfax County, Virginia, as per General Decision Number: VA20250197, effective September 19, 2025. It specifies minimum wage requirements under Executive Orders 14026 and 13658, detailing payment rates for various construction classifications, including mason, electrician, and laborer positions, with wages adjusted annually. Additionally, it provides information on contractor obligations under the Davis-Bacon Act, paid sick leave mandates, and the appeals process for wage determinations.
    The document outlines the General Decision Number VA20250116 related to highway construction in Virginia, specifying wage rates for various labor classifications as required under the Davis-Bacon Act and applicable Executive Orders. It details minimum wage requirements based on contract award dates, with rates set at $17.75 or $13.30 respectively, as well as guidelines for addressing unlisted classifications and the appeals process for wage determinations. Additionally, it clarifies the contractor's obligations regarding paid sick leave under Executive Order 13706 for certain contracts.
    The document announces the General Decision Number VA20250137 effective September 19, 2025, concerning minimum wage rates for residential construction projects in Virginia, including Fairfax and Falls Church counties, under the Davis-Bacon Act and Executive Orders 14026 and 13658. It outlines wage rates for various construction classifications, specifying minimum pay for covered workers, and provides instructions for addressing classifications not included in the wage determination. Additionally, it details the appeal process for wage determinations and conformance requests through the Wage and Hour Division of the Department of Labor.
    The provided document, likely part of a government Request for Proposal (RFP) or grant application, lists various labor categories with a consistent entry of "0.00" for the "# of FTEs" (Full-Time Equivalents) for each. Categories include Program Management, Custodial Services, Solid Waste Management, Grounds Maintenance, Snow and Ice Removal, Facilities Maintenance, Maintenance Surfaced and Unsurfaced, and Pest Management. The repeated structure with zero FTEs across all listed labor categories suggests that this section of the document might be a template or a placeholder for future data entry, indicating that no personnel are currently allocated to these roles or that this specific iteration of the document is not detailing personnel allocations. The main purpose of this document segment is to outline potential labor categories relevant to facility management and maintenance, serving as a framework for staffing plans in a government contract or project.
    The U.S. Army Mission and Installation Contracting Command (MICC) – Installation Readiness Center (IRC) is soliciting a contractor for Army Base Operations Support Services at Rivanna Station, Fairfax County, Virginia (Solicitation W5168W-25-R-A031). This document is a Past Performance Questionnaire for evaluating offerors. It requests information on contract identification, customer/agency details, and evaluator identification. The questionnaire includes a performance evaluation section covering small business participation and technical performance, asking for ratings (Satisfactory, Marginal, Unsatisfactory, Not Applicable) on various criteria. Evaluators must discuss any 'Marginal' or 'Unsatisfactory' ratings and disclose any contract terminations. The completed questionnaire, which is Source Selection Sensitive Information, must be returned via email to specified Army contacts within seven days before proposals are due to facilitate timely analysis and negotiations. A separate email address is provided for returning the completed questionnaire with a specific subject line, and questionnaires from entities other than the reference will not be accepted.
    This document outlines the requirements for offerors to provide detailed past performance documentation for contracts similar in nature, size, and complexity to the current solicitation. Offerors must explain the relevance of each listed contract, providing rationale for their assertions. Key information required includes contract number, award date, type, original and final price/cost, original and final delivery schedule, and comprehensive contact information for procuring and administrative contracting officers, as well as technical representatives. A narrative explanation for each contract is necessary, describing objectives achieved, cost growth, schedule delays, and corrective actions taken for any shortcomings. Offerors must also submit any negative performance documentation, such as cure notices or discrepancy reports, along with descriptions of corrective actions. Revisions to delivery schedules and their explanations are also required. This detailed submission aims to assess the offeror's ability to manage projects and overcome challenges, ultimately influencing their confidence rating.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide details the process for vendors to access the DoD's solicitation module. It outlines two roles: Proposal Manager, for submitting offers, and Proposal View Only. The guide provides step-by-step instructions for new users to self-register for a PIEE account and for existing users to add these roles. New users follow an 11-step process including account creation, profile completion, role selection (using CAGE Code), and agreement review. Existing users log in, select "Add Additional Roles," and then follow steps similar to new users from role selection onwards. The document also includes a help section with resources for getting started, account support (via CAGE Code lookup for administrators), technical support, and a matrix detailing actions and menu items available for each vendor role.
    The document is a comprehensive list of questions and answers pertaining to Solicitation W5168W24R0010. While the specific content of the questions and answers is not provided, the document's structure indicates it serves as an addendum or clarification to an existing Request for Proposal (RFP) or similar government procurement document. This type of file is common in federal, state, and local government procurement processes, where potential bidders submit questions to the issuing agency, and the agency provides official responses to ensure all bidders have the same information and understanding of the solicitation requirements. The file's purpose is to address ambiguities, clarify specifications, and provide additional details to ensure fair and transparent bidding for Solicitation W5168W24R0010.
    This document, "Request for Unescorted Installation Access," is a controlled unclassified information (CUI) form used for vetting individuals seeking unescorted access to U.S. Army Garrison, Fort Belvoir at Rivanna Station. Governed by Army Regulation 190-13 and Directive-Type Memorandum 09-012, its primary purpose is to facilitate identity proofing, verify the reason for access, and conduct National Crime Information Center (NCIC) Interstate Identification Index (III) records checks for criminal history. The form requires completion by a government sponsor, providing details about the company/organization, access dates, point of contact, contract number, CAGE code, and the government sponsor's information. It also mandates personal details for up to 32 individuals, including full name, gender, race, date of birth, SSN, and identification number. Disclosure of information is voluntary, but failure to provide it may result in denial of access. Approved access information is maintained on an access roster for the duration of access, while denied requests are kept for approximately one year. Completed forms must be emailed to specific Army police and security branches.
    The document outlines the instructions for accessing Rivanna Station, detailing a multi-step process for authorized entry. Key steps include completing and submitting DPTMS (RS) Form 21 to specified email addresses, ensuring all participants meet fitness determination requirements, and obtaining a day pass from the Rivanna Station Visitor Control Center. Visitors must possess a Real ID or valid passport and present their pass at the Access Control Point. The instructions also emphasize that all individuals and vehicles are subject to search, and strictly prohibit firearms and photography within the station. This document is crucial for anyone needing to gain entry to Rivanna Station, providing a clear protocol for security and access control.
    This government solicitation, W5168W26RA016, is a Request for Proposal (RFP) for Base Operations Support (BASOPS) services at Rivanna Station. The contract is a Rated Order under the Defense Priorities and Allocations System (DPAS) and was issued on December 9, 2025, with offers due by January 30, 2026, at 11:00 AM local time. The services required are comprehensive and include program management, custodial services, solid waste management, grounds maintenance, snow and ice removal, preventative maintenance, facility maintenance, surfaced and unsurfaced maintenance, and pest management services. These services are broken down into multiple Contract Line Item Numbers (CLINs) and various option line items, all with a Firm Fixed Price arrangement and Product Service Code S216. Inspection and acceptance for all services will occur at destination, specifically at W6QM MICC-FT BELVOIR in Fort Belvoir, VA. The solicitation details the contract structure, clauses, instructions to offerors, and evaluation factors for award, referring to several attachments for complete terms, conditions, and pricing matrices. The contracting officer for information is Marsh Hopkins, with contact details provided.
    The Rivanna Station Spill Prevention, Control and Countermeasure Plan (SPCCP), prepared by AMEC Earth & Environmental, Inc. in October 2012, outlines procedures and equipment to prevent oil and hazardous substance discharges from the Rivanna Station in Charlottesville, VA. The plan identifies potential spill sources, such as diesel fuel aboveground storage tanks (ASTs) for emergency generators, and details preventive measures, spill response protocols (incidental vs. major spills), and post-spill actions. Key personnel responsibilities, training requirements, inspection schedules for oil storage and transfer, and record-keeping are also covered. The SPCCP emphasizes compliance with 40 CFR 112 and Virginia state regulations, including reporting requirements for spills and periodic plan reviews and amendments. The facility utilizes double-walled ASTs as a primary spill prevention measure, with a focus on visual inspections as an equivalent environmental protection measure instead of traditional integrity testing.
    The provided government file, likely an excerpt from an RFP or grant application, details infrastructure assets at Rivanna Station. It lists various features such as Boulders Road, Rivanna Station Loop, Defense Way, and Army Way. The document specifies different types of infrastructure with their respective measurements: Trail (2,363 LF), Sidewalk (80,435 SF), Parking Lot (572,658 SF), Driveway (29,174 SF), Road (149,580 SF), and Curb (33,579 LF). The file also includes administrative details such as "RIVANNA STATION - TE 14 - HARDSTAND AND TRAIL," "FORT BELVOIR GIS CENTER," a contact number (703.806.0073), MAPID: 0000, and a publication date of 2/1/2019. The classification is "UNCLASSIFIED FOR OFFICIAL USE ONLY." This document serves as a detailed inventory or specification of existing infrastructure at Rivanna Station, crucial for planning, maintenance, or project bidding within a government context.
    The U.S. Army Garrison Fort Belvoir at Rivanna Station provides detailed instructions for requesting unescorted installation access for U.S. citizens and Permanent Residents not affiliated with DoD or other approved government agencies. The form, DPTMS (RS) Form 21, requires completion by both the visitor's organization and a government sponsor. Mandatory fields include visitor organization details (if applicable), government sponsor information (name, purpose of visit, organization, telephone), and comprehensive visitor information (name, gender, race, date of birth, SSN, and a State License/ID, U.S. Passport, or Permanent Resident number). Requests must be submitted at least ten working days in advance, with illegible or non-Word submissions potentially causing delays. The Privacy Act Statement outlines that information collected is for vetting, identity proofing, and criminal history checks via the National Crime Information Center (NCIC) Interstate Identification Index (III) database, in accordance with Army Regulation 190-13. Disclosure is voluntary, but failure to provide information will result in the inability to process access requests.
    This memorandum outlines the requirements and procedures for obtaining excavation work permits at Fort Belvoir to ensure the safety of underground utilities and prevent damage during excavation. All individuals or agencies wishing to perform excavation must apply for a permit through the Directorate of Public Works, which includes specific guidelines for permit processing, classifications based on risk levels, and responsibilities for maintaining utility markings. Non-compliance with notification and operational guidelines may result in work stoppages and potential liability for damages caused.
    The Fort Belvoir Policy Memorandum #27 outlines regulations for tree removal and protection on the installation, emphasizing the preservation of specimen trees and requiring approval for any activities that may impact tree health. All construction projects must include prior assessments, a landscape plan with mitigation measures, and a 2:1 replacement for any large trees removed, unless exempted. The memorandum mandates compliance with American nursery standards and specifies protection protocols for certain tree species in utility rights-of-way.
    This memorandum outlines the policy for Integrated Pest Management (IPM) at Fort Belvoir, ensuring that all pest management operations comply with relevant federal, state, and local regulations, as well as the Fort Belvoir Integrated Pest Management Plan. It mandates that all involved parties submit necessary documentation to the Directorate of Public Works prior to pesticide application and maintain records of all pesticide use. The objective of the IPM is to implement cost-effective and environmentally sound practices to control pest populations with minimal toxicity.
    This document is an unclassified map titled "RIVANNA STATION - TE MAP1 - OVERVIEW," published on January 28, 2019, by the Fort Belvoir GIS Center. It is designated for official use only and includes several road names: Boulders Road, Rivanna Station Loop, Defense Way, and Army Way. The map highlights the location of dumpsters with yellowish circles. This document appears to be a basic geographical or logistical map, possibly for navigation or facility management within a government or military installation, given the names "Defense Way" and "Army Way." The inclusion of "dumpsters" suggests it could be related to waste management or site planning for an RFP or operational guideline.
    The document provides detailed information on dumpster services across various government facilities, including NGIC Loading Dock, Kitchen Dock, RDF, CDC, and DIA. It specifies the type, size, quantity, and service frequency for trash, recycle, and destructo dumpsters. The NGIC Loading Dock utilizes 8-yard and 6-yard dumpsters for trash, 8-yard for recycle, and 8-yard for destructo, with varying service frequencies. The Kitchen Dock has an 8-yard dumpster serviced three times a week. RDF and CDC facilities each have 8-yard dumpsters for trash and recycle, serviced weekly or three times a week, respectively. DIA uses a 6-yard trash compactor and an 8-yard recycle dumpster. In total, the facilities use 9 trash dumpsters and 5 recycle dumpsters. This information is crucial for understanding waste management logistics within these government operations, potentially serving as a baseline for service contracts or resource allocation in federal or state/local RFPs.
    The document, "Army BUILDER™ SMS Inventory and Assessment Guide," outlines the methodology for inventorying and assessing foundations (A10) within government facilities. It details significant updates made on June 1, 2019, covering changes to component catalog breakdowns, design life values, inspection comments, and safety guidance. Key sections address safety protocols, site preparation, and efficient field execution using BUILDER™/BRED™ software. The guide provides specific instructions on performing Direct Condition Ratings (DCR), writing inspection comments, and adhering to strict rules for inventory comments, section detail comments, and sectioning. It also offers visual aids and detailed guidance for inventorying A10 components, emphasizing that foundations are often concealed and require careful estimation or reliance on drawings. The overarching purpose is to standardize assessment practices, ensure data accuracy, and prioritize safety during facility evaluations for federal government RFPs, grants, and state/local RFPs.
    This document outlines the generator assets maintained by a contractor, detailing five generators across two locations. Building 2000 houses three large generators: two 2500 KW units and one 750 KW unit, along with a 40 KW generator for DISA. An additional 150 KW generator for ACP is located at the gate facilities. This itemized list provides a clear overview of the power generation infrastructure under contractor maintenance, likely for operational planning or asset management within a government facility context.
    The document provides a detailed inventory of backflow preventers across various systems within a government facility, categorized by location and purpose. It lists specific models, sizes, and manufacturers for devices used in fire protection, domestic water systems, and irrigation. Key areas include the Fire Pump Room, various halls, mechanical rooms, and specific outdoor locations like the parking lot and loading dock. Additionally, separate sections detail backflow preventers for the Child Development Center’s fire protection and domestic systems, as well as for the ACP/VCC domestic water. This comprehensive list is crucial for maintenance, regulatory compliance, and potential procurement within federal, state, or local government operations.
    The Backflow Device Checklist details 16 backflow prevention devices across various buildings at the NGIC, VCC, and CDC facilities in Charlottesville, VA. These devices, including models from Apollo, Watts, Wilkins, and Febco, vary in size from 3/4" to 8" and serve critical functions such as fire suppression, domestic water supply, HVAC, and irrigation. The checklist specifies the model number, size, serial number, location, and intended use for each device, providing a comprehensive inventory for maintenance and compliance. Key locations include pump rooms, mechanical rooms, hallways, a chiller room, and outdoor areas. This document is essential for managing and ensuring the proper functioning of backflow prevention systems within these government facilities.
    This government file details an extensive inventory of equipment and infrastructure, likely for a large facility or campus, given the breakdown of systems into various categories. Key sections include newly installed and removed real property assets, such as a non-organic vehicle park garage, elevators, sidewalks, exterior lighting, and underground electrical lines. The document meticulously lists auxiliary power generation components, including emergency generators, a fuel monitoring system, and numerous switchgear breakers by GE. Emergency and egress lighting fixtures from Lithonia and Linear Lighting are also cataloged. The file further itemizes electrical panels and disconnects, motor control centers and their associated breakers, HV transformers, and power/emergency transfer switches. Essential facility equipment like backflow prevention devices, kitchen equipment (including various cooking appliances, refrigeration, and fire suppression systems), and a comprehensive array of HVAC equipment, such as refrigerant monitoring systems, chillers, pumps, boilers, cooling towers, and numerous AC and Trane fan coil units (TUs), are thoroughly documented. The purpose is to provide a detailed record of assets for maintenance, upgrades, or procurement within a government context.
    This government file details an extensive inventory and maintenance schedule for a facility, categorizing items by description, unit of measure, and quantity, alongside a comprehensive list of Maintenance Control Designators (MCDs) for various equipment in Building 2000. It outlines both existing and removed real property assets, including garage space, elevators, sidewalks, exterior lighting, electrical lines, storm sewers, and a flagpole. The document also specifies preventive maintenance (PM) guides with frequencies (weekly, monthly, quarterly, semi-annual, annual) and manufacturers for a wide array of systems, such as grease traps, fire suppression, HVAC units (fan coil units, ACUs, air handlers), cooling towers, pumps, hot water heaters, elevators, emergency generators, and various electrical panels and lighting fixtures. Key manufacturers include Trapzilla, Liebert, Data Air, BAC, Eaton, Huguenot, AC Tech, Armstrong, Quincy, Craftsman, Graham-White, McQuay, TODC, Stanley, Catapillar, Febro, and Lithonia, with GE prominently featured for electrical panels. The file's purpose is to provide a detailed operational and maintenance framework, essential for managing facility assets and ensuring compliance within government RFP and grant contexts.
    The Rivanna Station Building/Structure List provides an inventory of facilities, including buildings, parking structures, gate houses, and various check and guard booths. The list details square footage for most entries, with several pedestrian bridges noted without numbering. Key structures include the Nicholson Building (253,000 sq ft), a Parking Garage (149,806 sq ft), and the Rowe Building (175,000 sq ft). Smaller facilities like the Commercial Gate House, Vehicle Check Booths, and Pedestrian Guard Booths are also itemized, alongside specialized structures such as the Child Development Center and Remote Delivery Facility. This document appears to be a foundational record for site management, potentially informing future development, maintenance, or security planning within a government context.
    The document outlines the current custodial cleaning products utilized at a Child Development Center, emphasizing the use of “Green Product Type” items. These products include Diversey’s Crew Multi-Purpose Restroom Cleaner, Glance NA Glass & Multi-Surface Cleaner Non-Ammoniated, and Stride Citrus HC 3 Neutral Cleaner for restrooms, glass, and general surfaces, respectively. Reliable Brand Carpet Spin Brite is used for carpets and area rugs. Additionally, a bleach and water solution is employed, diluted per Preventive Medicine specifications. A key operational detail is that the Diversey products are used with a wall-mounted auto dilution/mixing fixture from the manufacturer. This file likely serves as a reference for procurement, compliance with green product initiatives, or as part of a larger facility management plan within a government context.
    The document outlines essential GFEBS transaction codes for contractors to establish and manage a Plant Maintenance (PMO) Program. These codes facilitate various functions, including creating, changing, and displaying maintenance plans and items (IP01-IP06, IP15-IP18), managing strategy packages (IP13-IP14), and adding different types of maintenance plans (IP41-IP43, IP41). Key scheduling and monitoring activities are covered by codes such as IP10, IP24, and IP30, while cost display is handled by IP31. The codes also support creating general task lists (IA05), equipment masters (IE01), and managing work centers and activity type rates (IH06, CR06, KSBT, KP26). This comprehensive list ensures contractors can effectively plan, execute, and monitor plant maintenance within the GFEBS system.
    The document, published on February 1, 2019, provides a classification of land use at Rivanna Station, specifically detailing
    This technical exhibit outlines a comprehensive deliverables schedule for a government contract, detailing required reports and documentation. Key deliverables include daily, weekly, or monthly status reports, a Contractor Quality Control Plan submitted with the proposal, weekly Quality Control Reports, and various plans such as Mobilization, Energy Conservation, Phase In-Out, and Utilization of Government-furnished Facilities and Equipment, all due shortly after contract award. The schedule also mandates specific safety plans, damage and accident reports, record-keeping, and monthly reports for pest control, fire suppression, fire detection, and emissions. Other deliverables encompass schedules, maintenance documentation, and specialized reports for roofing, pavement inspection, and storm drain cleaning. These deliverables are primarily submitted electronically in MS Word or Excel format to the COR, Contracting Officer, GFEBS, CDC, or Fort Belvoir Environmental Office, ensuring comprehensive oversight and compliance throughout the contract period.
    The U.S. Army Garrison, Fort Belvoir, requires an Excavation Permit for any work disrupting underground utilities or routine activities. This permit, FB (DPW) FORM 75R, mandates a 10-14 working day processing period and must be approved and kept on-site before work commences. Requesters must provide a to-scale drawing of the excavation site and stake, paint, or flag the excavation route every 30 feet. The permit specifies two risk classes: Class I (Severe) with a 15-day expiration and Class II (Minimal) with a 30-day expiration. Key requirements include hand digging within a 3-foot radius of located utilities, protection of existing infrastructure, and liability for damages caused by the requester's fault or negligence. An additional dig permit instruction sheet is required for work within the FBRC/Michaels Lease Line. The form outlines a comprehensive Requester Action section, detailing necessary approvals and contacts for various departments like Business Management, Fire Prevention, Environmental, Master Planning, Provost Marshal, NEC, Safety Office, Miss Utility, FBRC/Michaels, and DPW Utilities, each with specific instructions and contact information. Miss Utility must be contacted at least 48 hours in advance, and the ticket number updated every 14 days. The Utility Services Officer grants final approval or disapproval of the permit.
    This government file outlines the specifications for asbestos abatement and disposal, detailing the removal of asbestos-containing materials (ACM) and asbestos-contaminated materials. It emphasizes strict adherence to federal, state, and local regulations, including OSHA and EPA standards, and mandates comprehensive contractor responsibility for compliance, worker protection, and safe disposal. The document defines key terms, lists applicable publications, and sets forth stringent requirements for medical examinations, training, permits, and safety protocols. It also details the roles of a Certified Industrial Hygienist (CIH) and Project Monitor, outlining procedures for air monitoring, laboratory analysis, and waste manifesting. Submittals for equipment, plans, and personnel certifications are required, along with detailed execution procedures for asbestos removal, cleanup, and post-abatement monitoring. The overall purpose is to ensure safe, compliant, and environmentally responsible asbestos abatement operations.
    The document, likely a component of a government RFP or grant, details the scope of work for the maintenance and installation of flower beds and mulched areas across various locations. It itemizes specific areas by building, parking lot, and street name, providing measurements in square feet for mulch beds and flower beds, and quantities for trees with mulch. Key areas include Building 2000, Parking Lot A, Army Way, and Building 2071. The total mulch bed area is 38,431 SF, with 140 trees with mulch associated with buildings and an additional 194 trees with mulch across different street names and Parking Lot B. Flower beds encompass a total of 1,860 SF. The file serves as a detailed inventory and specification for landscaping work, essential for contractors bidding on such government projects to understand the scale and requirements.
    The provided document, DD Form 1070, FEB 58, outlines a comprehensive inspection and treatment protocol for termite and wood decay infestations in buildings, likely for federal government facilities such as Fort George G. Meade. The form details sections for recording inspection dates, building information, and conditions conducive to infestation, such as wood-to-soil contact, poor ventilation, and leaky plumbing. It requires identification of infestation locations (e.g., foundation timbers, floor joists), types of termites (subterranean, non-subterranean), and fungi (wood decay, wood staining). The form also mandates documentation of damage, estimated repair costs, and specific repair and treatment actions, including removal of wood from soil contact, sealing cracks, improving drainage, and chemical applications like soil poisons and wood injections. Detailed records of chemical use, trench depth, linear feet, and replacement of damaged wood are required. Finally, it includes sections for recording labor, material, and other costs, assessing treatment effectiveness over time, and obtaining signatures from individuals affecting repairs and treatments. This document serves as a standardized record for managing pest control and structural integrity in government buildings.
    The document,
    The Department of the Army's "SAP Transaction and Command Codes Job Aid" provides a comprehensive guide for General Fund Enterprise Business System (GFEBS) end-users to navigate the SAP application efficiently. Prepared by Accenture and updated in May 2013, the job aid differentiates between transaction codes (unique identifiers for SAP transactions) and command codes (text entered into the command field to access transactions). It outlines various command code prefixes for different navigation actions, such as ending a transaction, returning to the main menu, or opening new sessions. The document organizes transaction codes by business process area (e.g., Cost Management, Equipment & Assets, Financial Management) and by user role within those areas (e.g., Cost Plan Maintainer, Asset Master Data Maintainer, Financial Reviewer), listing specific codes for tasks like creating cost centers, managing assets, and processing payroll. This job aid serves as a critical reference for GFEBS end-users, streamlining their interaction with the SAP system.
    Technical Exhibit GR3 outlines detailed requirements for landscaping and associated services, covering delivery, storage, handling, installation, and maintenance of plant materials. Key aspects include stringent inspection protocols for plant quality upon arrival, specific storage conditions to prevent damage or desiccation, and careful handling during transport and planting. All plants must be nursery-grown and conform to ANSI Z60.1 standards, with detailed specifications for various tree, shrub, and groundcover types. The document also specifies planting seasons, excavation procedures, soil mixtures, and proper setting of plants. A 12-month plant establishment period is guaranteed, with ongoing maintenance, watering, pruning, mulching, and pest control. Inspections occur at six months, twelve months, and a final inspection after replacement plantings to ensure plant health and growth. This comprehensive guide ensures high-quality landscaping compliant with federal and state regulations.
    The document outlines the requirements for TE Grease Interceptors to be installed at two specific locations: Building 2071, the Child Development Center, which requires one 20-gallon unit, and Building 2000, the Nicholson Building Cafeteria, which needs two 75-gallon units. This specification is likely part of a Request for Proposal (RFP) or a similar government procurement document, detailing the quantity and size of equipment needed for these federal facilities.
    The document outlines the specifications for TE Lift Stations, detailing three distinct pumping stations across different buildings. Building 2010 houses one station equipped with two 4-horsepower pumps and a 125-gallon capacity. Building 2071 features a station with two 5-horsepower pumps and a 250-gallon capacity. Building 2020 contains a station with two 20-horsepower pumps and a 400-gallon capacity. These details are crucial for understanding the infrastructure and operational capabilities of the lift stations, likely for maintenance, upgrade, or procurement purposes within a government RFP or grant context.
    The provided document, \"RIVANNA STATION - TE MAP1 - OVERVIEW,\" is an unclassified map for official use only, published on January 28, 2019. It details the layout of Rivanna Station, specifically highlighting key roadways such as Boulders Road, Rivanna Station Loop, Defense Way, and Army Way. The map includes a scale indicating measurements in feet and references the Fort Belvoir GIS Center with contact information (T: 703.806.0073) and a MAPID (0000). This document serves as a geographical overview, likely for logistical or operational planning within a government or military context, consistent with typical components of federal government RFPs related to facilities, infrastructure, or land management.
    The provided document outlines key tracking elements for government contracts, grants, or RFPs. It details various stages of work, from 'Not (Company Name) or on Hold' and 'Work in Progress' to 'Complete and Invoiced.' The document emphasizes performance periods, specifically 'within 30 days' and 'within 15 days,' indicating a focus on timely delivery. It lists essential identifiers like 'IJO #'S,' 'GFEBS #,' 'Project Code,' and 'Purchase Request #,' along with financial details such as 'Vender Quote Cost,' 'Alutiiq Quoted Price,' 'Funding Amount,' 'Actual Cost,' and 'Billing Amount.' The document also includes administrative information like 'Delivery Order / Call #,' 'Award Date,' 'Status of Work,' 'Responsibility,' 'NOTES,' and 'Date QC Inspected.' Overall, this file serves as a comprehensive checklist for managing and monitoring the progress, cost, and accountability of government-related projects.
    The document outlines the 2024 Snow and Ice Removal Plan for Rivanna Station, indicating specific square footage and a contact point. It is marked with Controlled Unclassified Information (CUI) categories, including Physical and Operational Security, and has limited dissemination controls. The point of contact for further information is Ronald J. Maxwell at Fort Belvoir.
    The provided document,
    The document outlines maintenance requirements for a dam and associated water features, likely part of a federal, state, or local Request for Proposal (RFP) or grant for environmental management or infrastructure maintenance. Key tasks include maintaining the dam and its embankment tree-free, with fertilization every three years, and maintaining riprap. The spillway requires annual inspection and after storm events, ensuring it remains clear of vegetation and its riprap is maintained. The riser must be inspected every six months for deterioration and debris. Forebays need debris and soil removal every 3-5 years or when accumulation exceeds 6-12 inches, with inspections after significant rain. The utility crossing and area under the footbridge can be maintained, while the rest of the stream system must stay natural. Selective removal of trees around the pond is permitted if they exceed security height requirements. These guidelines ensure the structural integrity and proper functioning of the dam and its surrounding ecosystem.
    The document provides a detailed layout and specifications for the JUIAF Building and the NGIC Building Addition, focusing on architectural and infrastructural elements. The JUIAF Building is described as a 4-story primary gathering facility with a first-floor finished floor elevation (FFE) of 410.00' and a third-floor FFE of 441.00', encompassing 170,412 square feet. Both buildings feature fire lanes, a VCC, a gatehouse, and a truck/car search canopy. The document also extensively details the stormwater management system, indicating various pipe materials such as HDPE and RCP, with diameters ranging from 12" to 48". Specific pipe segments are labeled with alphanumeric identifiers and chainages (e.g., A03 at 0+00, F05 at 0+49.95). Controlled by ETL, the document contains Controlled Unclassified Information (CUI) categories in Physical and Operational Security (OPSEC), with limited dissemination controls (FEDCON). The point of contact is NGIC Facilities. This file appears to be part of a larger federal government project related to facility construction or renovation, outlining key structural and utility components.
    This document, likely part of a government Request for Proposal (RFP) for waste management services, details the quantity and location of various trash, recycling, leaf, and material bins across multiple buildings (2000, 2010, 2071, 2078). It itemizes specific dumpster sizes (6-yard and 8-yard) and their exact placements within each building, such as loading docks, rear loading docks, rear level one, service lane enclosures, and inbound loading docks. Additionally, it lists specialized bins for cardboard, leaf, and material grinders, each assigned a color code (GREEN, YELLOW, AMBER, RED) and indicates a 'Frequency of Dumping' column, which is left blank, suggesting this is a specification for potential bidders to address. The document aims to provide a clear inventory of existing waste receptacles to ensure comprehensive and efficient waste collection and disposal services.
    This technical exhibit outlines the recurring operations work orders for the Directorate of Public Works (DPW) at US Army facilities, focusing on maintenance and logistical support for various events and routine services. Key recurring services include grounds maintenance, snow and ice removal, and custodial services, each with specified capability levels and sequences. The document also details DPW's responsibilities for specific observances such as the US Army Memorial Day, the Annual Army Birthday/Flag Day, and the Rivanna Station Tenant Summer Safety Day, which involve pre-event facility maintenance (grass cutting, tree pruning, street sweeping), debris clearance, and temporary cessation of construction. Additionally, DPW is responsible for ensuring military run routes are clear of debris. The overall purpose is to ensure facilities and event sites are well-maintained, safe, and appropriately prepared for various activities and observances.
    This government file outlines the Rivanna Station 2017/18 Snow and Ice Removal Plan, detailing specific areas for snow removal and storage. The plan identifies three primary parcels—P- #1 (332,624 SQ FT), P- #2 (173,057 SQ FT), and P- #3 (2009, 693 SQ FT)—along with a parking area (5,196 SQ FT) and a designated snow pile area (10,798 SQ FT). The document also mentions snow removal from garage dump areas. This plan is crucial for maintaining operations and safety at Rivanna Station during winter conditions, likely serving as a foundational document for an RFP or contract related to snow removal services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Snow and Ice Removal Services in Galax, VA
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is seeking qualified contractors to provide snow and ice removal services at the PFC Curtis B. Schooley USARC located in Galax, Virginia. The procurement aims to establish a firm fixed price contract to ensure safe and accessible facilities during winter weather conditions, which is critical for operational readiness and safety. This opportunity is set aside exclusively for small businesses, with an estimated contract start date of January 2, 2026. Interested parties should review the posted solicitation and Performance Work Statement for detailed requirements and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375 for further inquiries.
    U.S. Armed Forces Recruiting Office - Richmond, Virginia
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,532 usable square feet of retail space in Richmond, Virginia, for the U.S. Armed Forces Recruiting Office. The lease is intended to be fully serviced and may extend for up to five years, with specific requirements including 24-hour access, communication infrastructure, direct exterior exit access, and lighted parking. Proposals must adhere to various considerations such as layout efficiency, accessibility, fire protection, and environmental factors, and will be evaluated based on price and technical merits. Interested parties should submit their proposals by 3:00 PM EST on December 20, 2025, and can contact James Cheatham at james.a.cheatham@usace.army.mil or Ashlyn Wharton at ashlyn.k.wharton@usace.army.mil for further information.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    Snow and Ice Removal Services in Support of U.S. Army Reserve Center in Parkersburg, WV
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Reserve Center, is seeking qualified contractors to provide snow and ice removal services at the PFC Reynolds U.S. Army Reserve Center in Parkersburg, West Virginia. The requirement includes a Firm Fixed Price contract for non-personal snow and ice removal services for a 12-month period, with four additional option years, necessitating a two-hour response time for snow removal notifications and adherence to various federal, state, and local regulations. This service is critical for maintaining safety and accessibility at the facility during winter months. Interested parties must submit their capability statements and relevant information to Nancy Zeng at nancy.m.zeng.civ@army.mil by December 17, 2025, at 1:00 PM EST, as this notice is a Sources Sought and not a solicitation for proposals.
    U.S. Armed Forces Recruiting Office - Roanoke, Virginia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,470 usable square feet of retail space in Roanoke, Virginia, for the U.S. Armed Forces Recruiting Office. The lease is intended to provide a fully-serviced space with specific requirements, including 24-hour access, communication infrastructure, direct exterior access, and lighted parking, within a delineated area bounded by Amsterdam, Bedford, Rocky Mount, and Salem, VA. Proposals must comply with strict eligibility criteria related to accessibility, safety, and environmental considerations, and will be evaluated based on best value, taking into account both price and technical factors. Interested parties should submit their proposals by 3:00 PM EST on December 18, 2025, and can contact Ashlyn Wharton at ashlyn.k.wharton@usace.army.mil or by phone at 757-675-5720 for further information.
    Ft. Stewart Base Operation Support Services - Consolidation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide consolidated Base Operations Support Services (BASOPS) at Fort Stewart, Georgia. This procurement aims to merge four existing contracts—covering BASOPS, scales inspection and maintenance, grease trap servicing, and elevator maintenance and repair services—into a single contract valued at approximately $286,566,010.20. This consolidation is part of the Army's initiative to enhance efficiency and standardize services while ensuring maximum participation from small businesses, particularly those eligible under the 8(a) and Small Business (SB) programs. Interested parties can reach out to Jonathon Hecker at jonathon.r.hecker.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil for further information.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, requires comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including a Visitor Assistance Center, recreation areas, trails, and government-owned vehicles and equipment. This procurement is critical for ensuring the safe and efficient operation of the reservoir's infrastructure, which supports public access and environmental education. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Benjamin Rickman or Troy D. Small via email, with a site visit scheduled for December 17, 2025.
    Snow and Ice Removal Services in Support of U.S. Army Reserve Center in Kingwood, WV
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is seeking qualified contractors to provide snow and ice removal services at the Preston County U.S. Army Reserve Center in Kingwood, West Virginia. The requirement includes a Firm Fixed Price contract with a 12-month base period and four optional 12-month periods, necessitating contractors to clear designated areas such as parking lots, sidewalks, and hydrants to safe conditions within a two-hour response time. This service is critical for maintaining operational safety and accessibility during winter months, ensuring compliance with federal, state, and local regulations. Interested parties must submit their capability statements and relevant information to Nancy Zeng at nancy.m.zeng.civ@army.mil by December 17, 2025, at 1:00 PM EST.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    Snow and Ice Removal Services - Grafton, WV (WV014)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - NJ, is seeking proposals for snow and ice removal services at the T. Bailey Brown USARC located in Grafton, WV. The procurement aims to establish a Firm Fixed Price purchase order to ensure effective snow and ice management, which is crucial for maintaining safety and accessibility at military facilities during winter months. This opportunity is set aside exclusively for small businesses, and interested vendors are encouraged to review the attached Performance Work Statement and Site Map for detailed requirements. Proposals must be submitted by the specified response date, and potential bidders can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Amber Mears at amber.l.mears.civ@army.mil for further inquiries.