ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Talleyrand Depot Operations and Maintenance

DEPT OF DEFENSE W912EP25QA002
Response Deadline
Sep 15, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The U.S. Army Corps of Engineers, Jacksonville District, is seeking qualified contractors for the Talleyrand Depot Operations and Maintenance (O&M) project, which is a 100% Small Business Set-Aside opportunity. The contract will encompass non-personal services to ensure the operational integrity and safety of the Talleyrand Depot facility, including environmental services and Sustainment, Restoration, and Modernization support, with a performance period spanning from September 30, 2025, to September 29, 2030. This procurement is critical for maintaining the facility's functionality and safety for U.S. Army Corps of Engineers personnel, with specific tasks outlined in the Performance Work Statement (PWS). Interested vendors must submit their quotations by September 15, 2025, following a mandatory site visit on September 8, 2025, and can direct inquiries to Kelly Koger at kelly.l.koger@usace.army.mil or Dustin Furrey at dustin.l.furrey@usace.army.mil.

Classification Codes

NAICS Code
561210
Facilities Support Services
PSC Code
Z1JZ
MAINTENANCE OF MISCELLANEOUS BUILDINGS

Solicitation Documents

3 Files
Combined Synopsis Solicitation Talleyrand O and M.pdf
PDF192 KB9/3/2025
AI Summary
The U.S. Army Corps of Engineers, Jacksonville District, has issued a combined synopsis/solicitation (W912EP25QA002) for commercial services to provide Talleyrand Depot Operations and Maintenance (O&M) and environmental services. This is a 100% Small Business Set-Aside under NAICS code 561210. The contract will be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) award for a base year and four option years, with a performance period from September 30, 2025, to September 29, 2030. Proposals will be evaluated on a lowest price technically acceptable (LPTA) basis, requiring offerors to meet all Performance Work Statement (PWS) requirements. The work will be performed at 3077 Talleyrand Avenue, Jacksonville, FL. The solicitation includes various FAR and DFARS clauses, with specific instructions for electronic invoicing via Wide Area Work Flow (WAWF). The deadline for questions is September 3, 2025, and responses are due by September 15, 2025.
PWS Talleyrand O and M IDIQ.pdf
PDF452 KB9/3/2025
AI Summary
The Talleyrand Depot Operations and Maintenance (O&M) Indefinite Delivery Indefinite Quantity (IDIQ) contract is for non-personal services at the federally-owned Talleyrand Depot in Jacksonville, FL. The contractor must provide all necessary resources to ensure a safe, healthy, and operational facility for U.S. Army Corps of Engineers Jacksonville District employees. The contract spans one base year and four option years, with services performed primarily at 3077 Talleyrand Avenue. Key restrictions prohibit personal services, inherently governmental functions, and Brooks-Act architect-engineer services. The scope includes environmental services and Sustainment, Restoration, and Modernization support, encompassing pest control, fire suppression, HVAC, janitorial, mold remediation, gate and door repairs, electrical system maintenance, and hazardous material transport. The contractor must possess specific federal and state licenses/certifications, adhere to stringent security requirements including AT Level I training and E-Verify, and implement a quality control program. Performance is evaluated against specific tasks and standards outlined in the Performance Requirements Summary.
Questions and Answers Amendment 1 Talleyrand O and M.pdf
PDF231 KB9/3/2025
AI Summary
The Talleyrand Depot Operations and Maintenance IDIQ is a new requirement with no incumbent, addressing questions regarding its structure and requirements. The contract will feature firm fixed-price line items for annual maintenance tasks outlined in the Performance Work Statement, with no provisions for cost-reimbursable or 'Over and Above' work beyond the PWS scope. A mandatory site visit is scheduled for Monday, September 8th, at 10 AM. Vendors must submit quotes demonstrating their capability to fulfill PWS requirements, which will be evaluated for technical acceptability as per the RFQ's Evaluation Process.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 28, 2025
amendedLatest Amendment· Description UpdatedSep 3, 2025
deadlineResponse DeadlineSep 15, 2025
expiryArchive DateSep 30, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W074 ENDIST JACKSNVLLE

Point of Contact

Place of Performance

Jacksonville, Florida, UNITED STATES

Official Sources