Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2026 SAM #8823
SOLICITATION NOTICE

Z -- Rock Island Arsenal - Base Operations Support Services

Notice Date
1/20/2026 7:01:27 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-26-R-A004
 
Response Due
2/4/2026 10:00:00 AM
 
Archive Date
02/19/2026
 
Point of Contact
Lindsay Park, Phone: 0000000000, Christina Reyes
 
E-Mail Address
lindsay.p.park.civ@army.mil, christina.s.reyes.civ@army.mil
(lindsay.p.park.civ@army.mil, christina.s.reyes.civ@army.mil)
 
Small Business Set-Aside
8A 8a Competed
 
Description
This pre-solicitation synopsis is notice regarding the Base Operations Support Services requirement on the Rock Island Arsenal, Rock Island, IL. The U.S. Army Garrison � Rock Island Arsenal (USAG-RIA) has a requirement for non-personal services including, but are not limited to, the following: 1.) Repairing and maintaining all existing RIA buildings, structures, and real property including work such as carpentry, plumbing, electrical, masonry, painting, sign work, flooring, roofing, and other trades related to the maintenance and repair of real property facilities, 2.) Continuous operation of the hydroelectric plant including system inspections, maintenance of water flow through the trash racks, operation of generating equipment, electrical switching operations, and operation of the Supervisory Control and Data Acquisition (SCADA) system, 3.) Operation and Maintenance of the RIA bridges to include the Moline Bridge, the Rock Island Viaduct, RIA Viaduct Pedestrian Bridge and the Government Swing Span Bridge, and 4.) Pest Management services including pest surveillance, pest identification, breeding site removal, pesticide applications, and establishment of an environmentally sound and effective integrated pest management program. The contract has a potential performance period of up to nine years, structured as follows: Base Period: Four 12-month ordering periods. The first base ordering period will include a 2-month transition followed by 10 months of full performance. Subsequent base ordering periods (2, 3, and 4) will each be 12 months. Option Period: One option period consisting of five additional 12-month ordering periods (5 through 9). This requirement will be a 100% 8(a) set-aside. Please note this is a notice that a solicitation is anticipated to be forth coming and will have all necessary documents. The solicitation is expected to be a formal source selection process by combining Technically Acceptable criteria and Trade-off Criteria. The resulting contract is expected to be a hybrid Firm Fixed Price and Time & Materials type contract. This synopsis should not be construed as a solicitation or as an obligation on part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government will not accept requests for meeting or briefings. No phone solicitations or email with regards to status of the Request for Proposal will be accepted prior to solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d3441da596c942dc9acf5b9778a7b016/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN07691028-F 20260122/260120230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.