Concrete Pads B230
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, Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for Concrete Pads B230 (Solicitation W519TC26RA026) at Building 230, Rock Island Arsenal, IL. This is a Total Small Business Set-Aside for a Firm Fixed-Price (FFP) contract. Offers are due by April 23, 2026, at 10:00 AM local time. A site visit is scheduled for April 16, 2026, at 10:00 AM CT.
Scope of Work
The project involves the demolition of existing concrete and the installation of new, reinforced concrete mounting pads and caps at Building 230. Key tasks include:
- Demolition of existing concrete and installation of new, reinforced concrete mounting pads and caps, with pads generally 18 inches thick (some areas 6"-8").
- Installation of 3/4" expansion joint material and reinforcement using #5 rebar mesh (12"x12" spacing).
- Doweling of pads and filling joints with self-leveling sealer.
- 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 occur on the day shift.
- New concrete must be a minimum of 5000-PSI, with mounting pads and caps maintaining no greater than a 1/4" deviation over 10'.
- Special requirements include dust elimination, proper debris removal, provision of a ground rod, and the use of a spotter/ground man for equipment.
- Compliance with all standard safety rules, proper PPE, and coordination with the Contracting Officer Representative (COR) for gate passes and functionality.
- Adherence to security requirements, including AT Level I awareness training, background checks, and Force Protection Conditions (FPCON).
- Pads marked #4 and #7 are designated as "Option" based on funding allowance.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: 90 calendar days after notice to proceed (anticipated June 1, 2026 to August 31, 2026).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Offers Due: April 23, 2026, 10:00 AM local time.
- Published Date: April 13, 2026.
- Site Visit: April 16, 2026, 10:00 AM CT. Attendees must email Brandy Huesmann (brandy.m.huesmann.civ@army.mil) at least 24 hours in advance.
Submission & Evaluation
- Submission: Offers must be submitted in sealed envelopes marked with the offeror's name, address, solicitation number, and due date/time.
- Evaluation: Award will be made to the lowest price, responsive, and responsible contractor.
- Bonds: Performance and Payment Bonds are required. An offer guarantee is not required.
Additional Notes
The Davis-Bacon Act Wage Determination #IL20260001 Modification 3 applies. Attachments to the solicitation include a Statement of Work (SOW) and a Quality Assurance Surveillance Plan (QASP).