Corrosion Prevention and Control Mobile Repair Facility
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 Army Contracting Command – Rock Island (ACC-RI) is conducting market research through a Sources Sought notice for a Corrosion Prevention and Control Mobile Repair Facility requirement. This effort supports U.S. Army tactical vehicles operating in the USINDOPACOM Area of Responsibility (AOR) at a commercial port. The government requires a contractor to provide all labor, materials, equipment, and temporary mobile facilities. Responses are due January 23, 2026.
Scope of Work
The contractor shall provide a complete, mobile corrosion control capability, including:
- Mobile sandblasting/abrasive blasting booth with containment and dust control.
- Mobile paint booth suitable for CARC and non-CARC coatings, with environmental controls.
- Surface preparation for corrosion levels 1 and 2 (cleaning, blasting, grinding/sanding).
- Corrosion Inhibiting Compound (CIC) application and CARC spot painting/full repaint per Army TMs/TBs.
- Contractor-provided CIC/CARC products (bulk access required) and ITAR compliance.
- Quality Assurance/Quality Control (QA/QC) procedures and equipment.
- Environmental, safety, and regulatory compliance for a commercial port environment (e.g., containment, emissions, waste handling, permits).
An attached spreadsheet, "PACOM AOR Density List.xlsx," details expected workload throughput for various equipment categories (e.g., Container, Rolling Stock-Heavy Duty, Trailer-Medium) for both CIC/Spot Paint and Metal Work, providing crucial context for the scale of operations.
Contract & Timeline
- Type: Sources Sought / Market Research (not a solicitation)
- Anticipated Competition: Preliminary – Full and Open/Unrestricted
- Period of Performance: Anticipated IDIQ or task-order based effort with a base period plus four (4) option years, potentially including FAR 52.217-8 for up to six (6) additional months.
- Response Due: January 23, 2026, 22:00 UTC
- Published: January 15, 2026, 13:01 UTC
- Primary NAICS (preliminary): 811121 (Automotive Body, Paint, and Interior Repair and Maintenance)
- Primary PSC: J023 (Vehicle maintenance/repair)
Information Requested from Industry
Interested parties must submit a capability statement (10 pages or fewer, excluding past performance) addressing:
- Company details (name, address, UEI, CAGE, POC).
- Ability to operate at a commercial port and OCONUS experience.
- Details on mobile blasting and paint booth capabilities.
- Experience with Army CPC/CARC processes and QA/QC programs.
- CARC supply chain, ITAR compliance, and lead times.
- Environmental compliance approach.
- Past performance (up to 5 relevant contract references).
- Contract vehicles held (e.g., GSA MAS SIN 238320, OASIS+).
- Business size and socioeconomic status.
Respondents are also requested to provide non-binding Rough Order of Magnitude (ROM) pricing for mobilization/demobilization, daily/weekly operating costs, unit pricing for corrosion treatments (level 1 & 2), CIC application, CARC spot painting/full repaint, and environmental compliance/disposal costs.
Additional Notes
This notice is for informational and planning purposes only and does not constitute a solicitation. Responses will be used solely for market research and acquisition planning to determine the appropriate acquisition strategy, including contract vehicle, competition approach, and refinement of requirements. The government will not reimburse respondents for costs associated with responding.