Concrete Pads B220
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is issuing a pre-solicitation synopsis for Concrete Pads B220 at the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC), Rock Island, IL. This notice anticipates a forthcoming Firm Fixed Price contract for the construction and modification of concrete mounting pads. The solicitation is expected to be posted on or around April 13, 2026, and will be a Total Small Business Set-Aside.
Opportunity Details
This pre-solicitation aims to inform potential bidders about an upcoming requirement for concrete work within Building 220 at RIA-JMTC. The resulting contract will be a Firm Fixed Price agreement. A pre-construction site visit is scheduled for April 16, 2025, at 10:00 AM Central Time at RIA-JMTC. Reservations are mandatory at least three business days prior, and attendees must wear steel-toed safety shoes and safety glasses.
Scope of Work
The project involves comprehensive concrete work, including:
- Demolition: Removal of existing concrete structures, including an estimated 24-inch thick concrete pad in Area 6, and existing concrete floors between 4" and 8" thick in Areas 1-5. Building columns and footings must not be disturbed.
- New Construction: Installation of new concrete mounting pads and caps with a minimum of 5000-PSI concrete, including excavation and installation of tie-back supports.
- Repair & Refurbishment: Repair of cracks and damaged concrete in Area 6, followed by grinding and polishing to a 200-grit finish and surface hardening.
- Specific Area Requirements:
- Areas 1-5: New 5000-PSI concrete mounting pads with #5 rebar mesh and 3/4" expansion joint material.
- Area 6: Repair and polish 4,500-sq-ft of existing concrete.
- Area 7: Excavation, tie-back supports, and pouring 4000-PSI concrete with 3/4" expansion joint material.
- Area 8: Construction of a new 16" thick concrete lid using 4500-PSI concrete and #5 epoxy coated rebar dowels, with special caution for an underlying tunnel requiring a confined space permit.
Performance Standards
Key standards include a minimum of 5000-PSI for new concrete machine mounting pads and caps, specific rebar placement (#5 rebar mesh, 12"x12" spacing), and the use of BASF Sonolastic SL-1 or equivalent joint sealant. Demolition and jack hammering will be performed on the 2nd shift (2:30 PM to 11:00 PM) or Saturdays, while framing, rebar tying, and pouring will be day shift activities.
Special Requirements
Contractors must adhere to strict safety protocols (proper PPE, coordination for gate passes, ground rod installation, spotters, barricades) and security measures (AT Level I awareness training, background checks, PIV, FPCON). Coordination with the Contracting Officer Representative (COR) for site access and addressing discrepancies is mandatory. Environmental considerations include debris containment to avoid runoff into stormwater systems.
Contract & Timeline
- Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1EZ - Construction Of Other Industrial Buildings
- Place of Performance: Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC), Rock Island, IL.
- Pre-Construction Site Visit: April 16, 2025, 10:00 AM CT. Mandatory reservations required three business days prior.
- Solicitation Release (Estimated): On or around April 13, 2026.
- Response Date (Estimated): April 23, 2026, 3:00 PM CT.
Contact Information
For questions regarding this pre-solicitation, contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil. Interested parties are advised to monitor SAM.gov for the official solicitation and any amendments, as the Government will not maintain an interested party list.