EAGLE Fort Irwin, CA W519TC-25-R-0009
ID: W519TC25R0009Type: 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- VEHICULAR EQUIPMENT COMPONENTS (J025)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for logistics support services at Fort Irwin, California, under the EAGLE Fort Irwin contract (W519TC-25-R-0009). The procurement focuses on maintenance, supply, and transportation services essential for supporting the installation's mission, including tactical units and government civilian activities. This contract, available exclusively to 8(a) Small Business EAGLE Basic Ordering Agreement holders, will be awarded based on a best value source selection process, evaluating technical capabilities, past performance, and cost. Interested parties must submit their proposals by March 6, 2026, at 1600 Central Time, and can direct inquiries to Samuel Hall at samuel.r.hall30.civ@army.mil or Larry Kemp at larry.v.kemp.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Sustainment Command is soliciting proposals (Solicitation # W519TC-25-R-0009) for Logistics Support Services at Fort Irwin, CA. This Performance Work Statement (PWS) outlines requirements for maintenance, supply, and transportation services to support the installation's mission, including tactical units and government civilian activities. Key areas include materiel maintenance, supply operations (Central Issue Facility, hazardous material warehousing), and transportation services (personal property, passenger movements, fleet management). The contractor must comply with all federal, state, and local laws, and establish robust quality control, environmental, and safety programs. Personnel requirements emphasize qualified, screened, and trained staff, with strict guidelines for security, drug-free workplaces, and emergency preparedness. The contract also details government-furnished property and services, administrative requirements, and intellectual property rights, aiming for efficient and cost-effective logistics support through continuous improvement.
    The document outlines the staffing and labor mix requirements for a government RFP, effective June 1, 2023. It specifies proposed hours per Full-Time Equivalent (FTE) for base and option periods across various functional areas: Program Management Office (PMO), Maintenance, Supply, and Transportation. The file details labor categories, SCA codes, and FTE counts for each area, including exempt and SCA (Service Contract Act) positions. It emphasizes compliance requirements, such as using the government-provided format for Attachment 0002 Staffing/Labor Mix, and providing proposed hours per FTE, FLC1/FLC2 identification, SCA/Exempt status, SCA Code, and Offeror Position Title. Failure to adhere to these guidelines will result in the proposal being deemed non-compliant. The document also provides example data for a fully operational capable staffing model at Joint Base Langford-Wahl, illustrating the expected level of detail for proposed staffing approaches.
    This document, "ATTACHMENT 0003 – PERFORMANCE QUESTIONNAIRE W519TC-25-R-0009," is a critical component of a government Request for Proposal (RFP), designed to solicit detailed past performance information from offerors. It serves as the sole opportunity for offerors to address any negative past performance, with no further chances provided during evaluations. The questionnaire requires separate submissions for the Prime contractor, any proposed teammates performing 20% or more of the effort, and major subcontractors. It mandates specific timeframe reporting for Prime BOA holders and their approved teammates, and a defined Recency timeframe for major subcontractors. Offerors must provide comprehensive contract details, including effort descriptions, functional areas, average annual dollar value, role (Prime/Sub), place(s) of performance, and period of performance. The questionnaire specifically asks about performance problems and contract terminations (for default or cause), requiring detailed explanations of issues, corrective actions, success rates, mitigation plans, and points of contact for verification. This attachment is crucial for evaluating an offeror's past performance and risk, ensuring transparency and accountability in the federal procurement process.
    This document is a consent letter for Request for Proposal W519TC-25-R-0009, Enhanced Army Global Logistics Enterprise (EAGLE), Logistics Services for Fort Irwin, California. A subcontractor provides consent for the Government to release and discuss its present and past performance information with the prime contractor during the source selection process. The signatory attests to having the authority to legally bind the company and authorizes the release and discussion of performance data with the prime contractor. This facilitates the Government's assessment of the prime contractor and proposed subcontractor(s)' contract performance records.
    This government file outlines the cost and teaming matrix for the Fort Irwin (FICA) contract, detailing various services across multiple divisions: Transition In, Project Management Office (PMO), Installation Maintenance Division (IMD), Installation Supply Division (ISD), and Installation Transportation Division (ITD). It categorizes costs by Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) CLINs, including labor, fees, and Other Direct Costs (ODC). The document presents a five-year cost breakdown, with a total proposed price of $3,713,089.77, including an option to extend services. A critical compliance warning highlights the necessity for alignment between the labor/fee subtotals in the Cost Price Matrix and the Teaming Matrix. The Teaming Matrix further specifies roles (Offeror, Major Subcontractor, Other Subcontractor), functional areas (Maintenance, Supply, Transportation), percentage of participation, cost information submittal methods, and requirements for SECRET facility clearance and Ammunition Supply Point (ASP) tasks for each participant. This file is crucial for evaluating proposals in federal government RFPs, ensuring cost transparency and compliance with teaming arrangements.
    This document is a wage determination for service contracts in Riverside and San Bernardino Counties, California, issued by the U.S. Department of Labor. It lists various occupational codes and their corresponding hourly wage rates across numerous sectors, including administrative, automotive, health, information technology, and technical occupations. The determination also outlines required fringe benefits, such as health and welfare, vacation, and paid holidays. It details specific regulations regarding paid sick leave for federal contractors under Executive Orders 13706 and 13658, and provides guidance on hazardous pay differentials and uniform allowances. Additionally, the document describes the conformance process for unlisted occupations, ensuring fair compensation for all employees. The effective date of the last revision is December 3, 2025.
    The “Guide for Government Approval & Oversight of Contractor Purchasing & Invoicing” for EAGLE Task Order W519TC‐25‐R‐0009 outlines the United States Government's (USG) process for overseeing contractor purchasing and invoicing. It establishes thresholds for purchase requests (PRs): PRs at or below the micro-purchase threshold require no validation or approval but must be submitted to the Contracting Officer's Representative (COR) for tracking. PRs between the micro-purchase threshold and $9,999.00 need COR validation and approval. PRs at or above $10,000.00 require COR validation and Procuring Contracting Office (PCO) approval. All PRs above the micro-purchase threshold necessitate three competitive quotes or a sole source justification, along with a formal consent package. Additionally, all Temporary Duty (TDY) travel requests, regardless of amount, must be validated by the COR and approved by the PCO, with provisions for retroactive approval in emergencies.
    A memorandum from the Department of the Army, 404th Army Field Support Brigade, Logistics Readiness Center-Fort Irwin, dated December 4, 2024, identifies mission-essential contractor services as defined in DFARS 252.237.7023. Contractors providing these services are expected to continue operations during crises until officially released. The essential services include Fleet Management Operations (PWS 5.29) for critical vehicles, Personnel Movements (PWS 5.28) for Soldier transportation, Personal Property Operations (PWS 5.27) for household goods, Central Issue Facility (CIF) Storefront Operations (PWS 5.15) for Soldier equipping, Hazardous Material Control Point (HMCP) (PWS 5.20) for training support, and Materiel Maintenance Operations (PWS 5.1-5.7) for critical equipment. These services are vital for maintaining military readiness and supporting ongoing operations at the National Training Center. David W. Stiegman is the point of contact.
    Attachment 0015 outlines the requirements for subcontractors to submit cost information independently to the government. This document, titled “Subcontractor Cost Information Submission,” is an essential part of a proposal, specifically for federal government RFPs, federal grants, and state/local RFPs. Subcontractors must complete fields including their full company name and CAGE code, the Task Order Solicitation Number, the full company name of the BOA Holder, and the applicable BOA Number. This ensures transparency and proper documentation of costs from subcontractors in government procurement processes.
    Annex A – Maintenance PRS outlines comprehensive materiel maintenance and support requirements, encompassing general operations, specialized repairs, program management, allied trades, and repair parts management. Key tasks include establishing and managing repair shops, performing technical inspections, and conducting repairs according to military and OEM standards. Specific quality levels (AQLs) are set for various tasks, with most at 95%, while mechanical repairs have a 97% AQL and electrical repairs a 98% AQL. Sensitive item maintenance, physical security, and small arms repair parts management require a 100% AQL. The document also details requirements for welding, metal machining, shop supply services, and production control. Food service equipment maintenance includes preventive, scheduled, and unscheduled repairs, with an AQL of 90%.
    Annex B outlines the supply and hazardous material (HAZMAT) management requirements for federal government operations. It details tasks such as providing Organizational Clothing and Individual Equipment (OCIE) services, processing soldier records, accepting OCIE turn-ins, and reporting excess OCIE items, all with specific timeliness and quality standards. For HAZMAT, the annex covers supporting Garrison Commander guidelines, processing received HAZMAT, storing items with hazard classifications, managing shelf-life, and preparing expired products for recycling. Each task includes a standard, sampling method, lot definition, and an Acceptable Quality Level (AQL), ensuring compliance with military regulations and environmental safety protocols.
    Annex C outlines the performance requirements and quality standards for various transportation-related services within a government contract. It details tasks across general transportation, personal property operations, passenger movements, and fleet management. Key areas include timely and accurate reporting, efficient processing of disposition instructions, incentive payments, reimbursements, and accessorial service payments. The document also covers customer counseling, specialized assistance for sensitive circumstances, preparation of shipment applications, and rigorous quality control inspections for personal property movements. Additionally, it addresses the processing of travel and transportation entitlement extensions, commercial and individual/family passenger movement requests, and the control and maintenance of GSA vehicles. Each task specifies timeliness, quality standards, sampling methods, and acceptable quality levels (AQLs), with AQLs predominantly set at 95% or 100%, emphasizing high standards for accuracy, completeness, and adherence to regulations.
    PWS Annex D outlines environmental compliance requirements for contractors, encompassing green procurement, licenses, certifications, and immediate notification of regulators and non-compliance. Contractors must cooperate with inspections, verify NEPA documents, and appoint Environmental Compliance Designees (ECDs) for hazardous materials and waste. ECDs monitor, correct, and report non-compliance, requiring specific training. The contractor is responsible for solid and hazardous waste management, storm water pollution prevention, and adherence to pesticide use regulations, including IPM technology and certified applicators. Protection of work site resources, spill prevention, sensitive area restrictions, and immediate corrective action for non-compliance are also mandated. Contractors must use low-noise emission products, prohibit mercury use (with exceptions), and manage universal/e-waste. They are also required to consult with the Environmental Office for pollution prevention and hazardous waste minimization plans, emphasizing a comprehensive approach to environmental stewardship and regulatory adherence.
    Annex E provides a comprehensive glossary of definitions, acronyms, and abbreviations pertinent to federal government operations, particularly within the Department of Defense (DOD) and Army logistics. Key terms cover property management (e.g., Abandoned Property, Accountability, Accountable Officer, Contractor Acquired Property, Government-Furnished Property), supply chain and materiel (e.g., Authorized Stockage List, Basic Issue Item, Consumable Items, Materiel Handling Equipment), maintenance (e.g., Depot Maintenance, Field Maintenance, National Maintenance Program, Preventive Maintenance Checks and Services), and contracting (e.g., Acceptable Quality Level, Contract Discrepancy Report, Contracting Officer's Representative, Federal Acquisition Regulation). It also details various inventory control codes for security (e.g., Controlled Inventory Item Codes, Sensitive Items, Pilferage Code) and logistics processes (e.g., Army Oil Analysis Program, Bill of Lading, Hazardous Material, Technical Manual). The document's purpose is to standardize terminology across government files, RFPs, and grants, ensuring clarity and consistency in communication and operational procedures.
    Annex F outlines a comprehensive list of publications and forms that contractors must adhere to for government projects, encompassing federal, state, and local RFPs. The contractor is responsible for reviewing and utilizing the latest versions available on http://www.apd.army.mil/. The document incorporates numerous Army Regulations (AR), Department of the Army Pamphlets (DA PAM), Department of Defense Instructions (DODI), and other regulatory documents from various federal agencies (e.g., CFR titles for Labor, Environmental Protection, Transportation) and industry standards (e.g., ANSI, ASTM, AWWA, MIL-STD). These regulations cover a wide range of areas including installation agreements, internal controls, safety, information technology, records management, logistics, environmental protection, security, personnel management, and materiel handling. The annex also lists specific DA Forms required for various administrative and operational tasks, such as purchase requests, equipment maintenance, supply actions, and property accountability. The primary purpose is to ensure contractors are fully aware of and comply with all applicable guidelines and procedures necessary for the execution of their work under federal, state, and local government contracts.
    The document outlines the requirements for a contractor to manage and operate a Transportation Motor Pool (TMP) at Fort Irwin, focusing on NTC G4 TMP Support. Key responsibilities include motor pool operations, vehicle dispatch, credit card management, accident investigation, and weigh scale operations. The contractor must manage a fleet of approximately 163 FORSCOM TMP vehicles, support rotational training units, and implement an automated system for TMP functions. The scope also covers supervision of daily activities, detailed procedures for vehicle accidents, vehicle support, bus and driver services, licensing and administration, dispatcher duties, and the use of US Government fleet credit cards. Quality assurance inspections are a critical component, ensuring vehicles are inspected before and after use and repairs. Performance standards are defined for timeliness and quality across all functional areas, with specific acceptable quality levels (AQLs) for each task.
    The NTC G4 Sewing Support appendix outlines requirements for a contractor to manage and operate a seamstress section, offering clothing repair, embroidery, and sewing services. Key services include repairing uniforms, providing nametape embroidery, and affixing patches and accouterments. The contractor must adhere to specific military regulations (AR 670-1, TM 10-8400-201-23&P) and provide regular reports and statistical data. Quality assurance is critical, with all services undergoing inspection before items are returned to customers. Performance standards emphasize timeliness (e.g., 48-96 hour completion for most services) and quality, with acceptable quality levels (AQL) generally set at 95% or 98% for sewing services. The contractor is also responsible for receiving, storing, and reissuing clothing items, and reporting unrepaired items monthly.
    The provided document is a Q&A Template designed for submitting questions related to a Request for Proposal (RFP). It outlines a structured format for interested parties to submit their inquiries. Key fields include the Point of Contact (POC) Name, Company Name, and a specific reference for each question, detailing the Document, Page Number, and Paragraph Number. The template strictly requires that only one question be included per row and explicitly prohibits the inclusion of proprietary information within the questions. It also advises against adding additional columns to the template. This document's purpose is to streamline the question submission process for RFPs, ensuring clarity, organization, and adherence to specified guidelines, which is crucial for federal, state, and local government procurement processes.
    The Department of the Army is issuing Amendment 0002 to the EAGLE Fort Irwin (FICA) W519TC-25-R-0009 Solicitation, specifically for 8(a) Small Business EAGLE BOA Holders. This amendment extends the proposal due date from February 20, 2026, to March 3, 2026, both at 1200 Central Time, due to a system outage. The government is still evaluating industry questions, and a subsequent Amendment 0003 will be released with responses. While the government is not obligated to answer all questions, it will consider them and incorporate necessary changes into the RFP. All other terms and conditions of the RFP remain in effect. Only interested 8(a) Small Business EAGLE BOA Holders are encouraged to submit proposals, but it is not a requirement.
    The Department of the Army, Army Contracting Command – Rock Island, issued Amendment 0003 for the EAGLE Fort Irwin (FICA) W519TC-25-R-0009 Solicitation. This amendment, released via Memorandum for Record due to a system outage, addresses industry questions (18-57) by incorporating Attachment 0034 – Q & A Template. It also updates several Section J attachments, including the Cost Price Matrix, Contract Reference Spreadsheet, and CBS-SCA Crosswalk. Additionally, Section C, Paragraph C.2(c) was updated to clarify the assessment of contractor fixed fees for critical, major, and minor nonconformances, and unresolved Corrective Action Requests (CARs), along with their definitions. Section L, Paragraph L.5.4.2.12(a)(2) was revised concerning direct labor rates, compliance with the Service Contract Act (SCA) and Collective Bargaining Agreements (CBAs), and the expiration dates for specific CBAs. The proposal submission deadline has been extended to March 6, 2026, at 1600 Central Time. All other terms and conditions remain in effect, and proposals are only required from interested 8(a) Small Business EAGLE BOA Holders.
    This government Request for Proposal (RFP) W519TC-25-R-0009 outlines a competitive 8(a) acquisition for logistics support services at the U.S. Army Fort Irwin, CA (FICA). The services include maintenance, supply, and transportation. The RFP is open only to Offerors holding an Enhanced Army Global Logistics Enterprise (EAGLE) Basic Ordering Agreement (BOA) who are certified small businesses under NAICS Code 561210. The contract will be a Cost Plus Fixed Fee (CPFF) task order with a total potential duration of 5 years and 6 months, including a base year and multiple option periods. Award will be based on a best value source selection process evaluating technical, past performance, and cost/price factors. The document details performance management review procedures, invoicing instructions, government property management, and critical contract clauses, including those related to organizational conflicts of interest and payment processing through the Wide Area WorkFlow (WAWF) system.
    This government file outlines revisions and updates to an RFP for St. Lucie County, Florida, specifically focusing on staffing and labor requirements. The main purpose is to amend various attachments and sections of the RFP (VWMG#01JW0010F) to incorporate responses to industry questions and clarify requirements for offerors. Key revisions include updating Attachment 0008 (Staffing and Labor Mix), Attachment 0009 (Collective Bargaining Agreements), Attachment 0010 (Crosswalk), and Attachment 0011 (Workload Data and Density List). The document emphasizes that offerors must detail their approach to delivering required services, including methodologies for determining proposed skill sets and levels, and provide justifications for staffing decisions. It specifies that positions identified as 'Non-Exempt' must include a labor category/title found in the Service Contract Act Directory of Occupations. The Government will utilize Collective Bargaining Agreements and the Service Contract Act Directory for technical evaluation purposes, noting that adherence to all SCA requirements is expected during contract execution.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Loading similar opportunities...