SOLICITATION NOTICE
R -- 2025 EAGLE BOA Synopsis
- Notice Date
- 5/8/2025 7:25:36 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-25-R-0044
- Archive Date
- 05/22/2025
- Point of Contact
- Hannah J. Kennedy, Larry Kemp
- E-Mail Address
-
hannah.j.kennedy.civ@army.mil, larry.v.kemp.civ@army.mil
(hannah.j.kennedy.civ@army.mil, larry.v.kemp.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This announcement is the annual synopsis for requirements falling under the scope of the Enhanced Army Global Logistics Enterprise (EAGLE) program. This annual synopsis covers requirements related to Army Materiel Maintenance Services, Retail/Wholesale Supply Services, and/or Transportation Support Services that fall within the scope of, and are designated for performance under, the EAGLE program and which emerge within the year after this annual synopsis is published, including but not limited to, the requirements specifically identified herein. The Basic Ordering Agreement (BOA) Request for Proposal (RFP) will be the only opportunity contractors will have to obtain an executed EAGLE BOA to propose against the subsequent Task Order (TO) RFPs. This synopsis satisfies FAR 22.1010, Notification to interested parties under collective bargaining agreements. The Army Contracting Command, Rock Island intends to issue a BOA RFP (Step two of the three-step procurement process) applicable for all EAGLE TO requirements emerging this year. Any Responsible offeror may submit a proposal in response to the BOA RFP. The BOA RFP will result in the execution of BOAs with offerors determined to be technically acceptable in accordance with the requirements of the solicitation. Separate TO RFPs (Step three) will also be issued for each of the EAGLE requirements emerging within the year; however, the BOA RFP will be the only opportunity contractors will have to obtain an executed EAGLE BOA to propose against the subsequent TO RFPs. BOA proposals will not be solicited nor accepted, and BOAs will not be executed, at any time other than during the annual BOA RFP, even for those emergent requirements not specifically identified herein; as such, if a contractor would like to have the opportunity to be able to participate in any future EAGLE TO that may arise within the next year, it is imperative that the contractor submit a proposal in response to the BOA RFP released subsequent to this synopsis. The estimated release of the BOA RFP (W519TC-25-R-0044) is June 2, 2025; the closing date for the receipt of proposals will be identified in the RFP. The BOA RFP will be issued electronically, as will any amendments thereto. Contractors are advised to periodically review SAM (SAM.gov) in order to obtain any amendments which may be issued; failure to obtain any said amendments and to respond to them prior to the closing date and time of the BOA RFP may render the proposal nonresponsive and result in its rejection. As noted above, this synopsis covers all EAGLE requirements that emerge within the year after this annual synopsis is published. This includes, but is not limited to, the following requirements which have already been identified and designated for performance under the EAGLE program and for which the issuance of a TO RFP is already anticipated (though RFPs for upcoming EAGLE requirements will not be issued until the BOA execution process under RFP W519TC-25-R-0044 is completed): Picatinny Arsenal, NJ: The estimated release date of the RFP is 28 APR 2025, with a closing response date approximately 30 days after the release. The estimated EAGLE task order award is 29 Jul 2026. This requirement will be issued as SB Set-Aside. Picatinny Arsenal is the Joint Center of Excellence for Guns and Ammunition, providing products and services to all branches of the U.S. military. The contractor will provide logistical support, including, but not limited to, the following functional areas: Central Receiving Point (CRP), Petroleum Oil and Lubricants (POL), Hazardous Materials (HM) / HAZMAT management per the current Hazardous Materials Management Program (HMMP), property book management, Transportation Motor Pool (TMP), materiel maintenance support through efficient, effective field level maintenance and sustainment level maintenance tasks on non-GSA Government owned, tactical and non-tactical equipment, and freight movement. The contractor shall comply with the requirements and operation of applicable Logistics Information Systems (LISs)/legacy systems as outlined in the Performance Work Statement (PWS). Ft. Irwin, CA (FICA): The estimated release date of the RFP is 22 August 2025 with a closing response date approximately 30 days after the release. The estimated task order award is 5 February 2026. This requirement will be issued as SB Set-Aside. FICA is home to the National Training Center (NTC) and Fort Irwin; it provides support to various Installation/Garrison units as well as to approximately ten Brigade Combat Teams (BCTs). Some of the U.S. Army Units include the U.S. Army Garrison, 11th Army Cavalry Regiment, 916th Support BDE, OPS GRP, MEDCOM, ASC and Tri-state area National Guard and Reserve units. The contractor shall comply with the requirements and operation of applicable Logistics Information Systems (LISs)/legacy systems as outlined in the Performance Work Statement (PWS). Joint Personal Property Shipping Office (JPPSO): The estimated release date of the RFP is 30 July 2025, with a closing response date approximately 30 days after the release. The estimated task order award is 7 January 2026. This requirement will be issued as a 100% Small Business. The Department of Army has consolidated Army Personal Property Shipping Offices (PPSO) under regional DoD Joint Personal Property Shipping Offices (JPPSO) at the direction of the Secretary of Defense. The business model provides for customer service (counseling and quality assurance support), �front office functions,� to remain at their locations and consolidates all other shipment management and payment services, �back-office functions,� at the regional JPPSOs. Support will focus primarily on the Transportation Personal Property Operations and the associated logistics analysis and management functions in support of the JPPSO mission at Fort Jackson SC, Fort Bliss TX, White Sands Missile Range NM, Fort Wainwright AK, Joint Base Elmendorf-Richardson AK, and Fort Greely AK. The contractor shall comply with the requirements and operation of applicable Logistics Information Systems (LISs)/legacy systems as outlined in the Performance Work Statement (PWS) Fort Hamilton, NY: The estimated release date of the RFP is 24 March 2026, with a closing response date approximately 30 days after the release. The estimated task order award is 13 August 2026. This requirement will be issued as a 100% Small Business. Fort Hamilton supports the Army and Air Force Reserves, the National Guard, and military individuals and retirees in the Greater New York City area. It provides liaison and protocol services for visiting and foreign dignitaries, and an in-country arrival and departure point for foreign exchange students. Fort Hamilton supports DoD, DA and Homeland Security emergency requirements in the Greater New York City area. The contractor will provide logistical support including, but not limited to, the following functional areas: Field and sustainment level maintenance on tactical and non-tactical equipment which could include routine tactical maintenance back-up, unit surge support and back-up maintenance programs; Transportation functions could include providing Transportation Motor Pool (TMP), Personal Property Shipping Office (PPSO) and Property Book and Accountability. The contractor shall comply with the requirements and operation of applicable Logistics Information Systems (LISs)/legacy systems as outlined in the Performance Work Statement (PWS). Fort Carson, CO: The estimated release date of the RFP is 25 March 2026, with a closing response date approximately 30 days after the release. The estimated task order award is 25 August 2026. This requirement will be issued as a SB Set-Aside. The Army Field Support Battalion � Fort Carson (AFSBn-Carson) conducts Maintenance, Supply, and Transportation for the installation logistics support activities. AFSBn-Carson is directly responsible for providing the required support services in accordance with Army Regulations (AR) 5-9 Installation Agreements; this includes Pi�on Canyon Maneuver Site. AFSBn-Carson consists of three logistical divisions: Installation Maintenance Division (IMD), Installation Supply Division (ISD), and the Installation Transportation Division (ITD). IMD provides Field and Sustainment level maintenance support to tactical units, TDA units and Government civilian activities. ISD provides supply & services support to include Central Issue Facility (CIF) operations, Subsistence Supply Management Office (SSMO), Consolidated Installation Property Book Office (Asset Management Services), hazardous material (HAZMAT) operations, Ammunition Supply Service, Food Service Equipment maintenance and retail supply operations through the Installation�s classes of supply I, II, III, IIIP, IIIB, IV VII and IX. ITD provides Fleet Management Operations, Unit Movements, cargo movements, container yard operations and rail operations. The contractor shall comply with the requirements and operation of applicable Logistics Information Systems (LISs)/legacy systems as outlined in the Performance Work Statement (PWS). Fort Benning, GA: The estimated release date of the RFP is 2 March 2026, with a closing response date approximately 30 days after the release. The estimated task order award is 10 August 2026. This requirement will be issued as a 100% Unrestricted. This requirement will be issued as Unrestricted. Fort Benning, in its role as a power projection platform, supports several rapid deployment units: several FORSCOM engineer units, the 75th Ranger Regiment, and the 3rd HBCT, and 3rd Infantry Division. Other activities include Training and Doctrine Command (TRADOC) System Manager- Soldier. To support the installation community and tenants, the logistics operations � Maintenance, Supply, and Transportation- has been entrusted to the Logistics Readiness Center (LRC). The LRC is directly responsible for providing the required support services in accordance with AR 5-9 Installation Agreements. These activities will directly and indirectly support training of forces, preparing forces for deployment, sustainment and redeployment in support of current conflicts, RESET forces, and rebuild readiness for future deployments and contingencies to meet the demands of persistent conflict. Customers for this effort may include Department of the Army (DA), Coalition partners, foreign governments, and other Department of Defense (DoD) agencies. Functional and programmatic services may be required by any Army organization, at any level, including Army Commands (ACOM), Army Service Component Commands (ASCC), and Direct Reporting Units (DRU) as well as other U.S. Agencies, Coalition partners, foreign governments with whom the Army has entered into an agreement. The contractor shall comply with the requirements and operation of applicable Logistics Information Systems (LISs)/legacy systems as outlined in the Performance Work Statement (PWS). Fort Stewart, GA: The estimated release date of the RFP is 8 January 2026, with a closing response date approximately 30 days after the release. The estimated task order award is 1 June 2026. This requirement will be issued as 100% Small Business. Fort Stewart logistics operations includes functional areas Maintenance, Supply, and Transportation entrusted to the Logistics Readiness Center (LRC) which is directly responsible for providing the required supported services in accordance with the AR 5-9 Area Support Responsibilities. Work performed under task order is not limited by current customer lists. All work within the scope of the effort is contemplated for inclusion in task order. Support is to be provided throughout the installation and its adjacent areas, to include: unit facilities; range/field locations; other Government facilities; and by exception, at off-post / to-be-determined locations. Customers for this effort may include Department of the Army, Coalition partners, foreign Governments, and other Department of Defense agencies. Functional and programmatic services may be required by any Army organization, at any level, including Army Commands (ACOM), Army Service Component Commands (ASCC), and Direct Reporting Units (DRU) as well as other U.S. Agencies, Coalition partners, foreign Governments with whom the Army has entered into an agreement. In order to accomplish this mission the installation must use appropriate contract(s) to provide the wide-range of required services. The contractor shall comply with the requirements and operation of applicable Logistics Information Systems (LISs)/legacy systems as outlined in the Performance Work Statement (PWS). Fort Riley, KS: The estimated release date of the RFP is 24 February 2026, with a closing response date approximately 30 days after the release. The estimated task order award is 27 July 2026. This requirement will be issued as a 100% Small Business.Fort Riley supports the 1st Infantry Division (ID). The Army Field Support Battalion (AFSBn) � Riley provides logistics operations � Maintenance, Supply, and Transportation - to the installation, including the 1st ID and 79th Explosive Ordnance Disposal (EOD). The required support services will be performed in accordance with AR 5-9 Installation Agreements. Work under this effort will be performed on and in the vicinity of Fort Riley, including three Aerial Ports of Debarkation (APODs): Manhattan Regional Air Port (KMHK) (4.47 miles away); Salina Regional Airport (KSLN) (48 miles away); and Forbes Field Airport, Topeka Kansas (KFOE) (62 Miles away). The AFSBn-Riley includes an Installation Materiel Maintenance Division (IMMD), Installation Supply & Services Division (ISSD), and Installation Transportation Division (ITD). IMMD provides Field and limited Sustainment level maintenance support to tactical units, TDA units and Government civilian activities. ISSD provides supply services in support of local units, tenants, and other activities, including Central Issue Facility (CIF) Operations, Hazardous Material (HAZMAT) operations and retail supply operations. The ITD provides Transportation management for the installation in Freight, Rail, Unit Movement (UMB), Personal Property Shipping Office Operations (PPSO), Personnel Movement Support, and Fleet Management. The contractor shall comply with the requirements and operation of applicable Logistics Information Systems (LISs)/legacy systems as outlined in the Performance Work Statement (PWS). The scope of the requirements and estimated RFP release dates and award dates noted above are subject to change. Once an EAGLE requirement is identified, the anticipated dates for RFP issuance and Task Order award will be posted on SAM.gov and periodically updated as necessary. The Army will not issue a separate synopsis for each of the EAGLE requirements emerging within the year prior to issuing the applicable Task Order RFP. Task Order RFPs will be issued electronically at SAM.gov in accordance with FAR 4.5 and 5.201; hardcopies will not be provided, but contractors can download a copy of a Task Order solicitation from SAM.gov on or after the issuance date. For each EAGLE task order, the contractor will be required to furnish all the services, personnel, labor, facilities, materials, supplies, and equipment to accomplish required tasks unless specific items of Government Furnished Property / Material, PWS or Government Provided Services are called out in the task order RFP. It is the Government�s intent that EAGLE Task Order RFPs valued at ?$41.5M will be set aside for competition amongst the small business EAGLE BOA holders; however, individual EAGLE Task Order RFPs will identify whether the Task Order is being set aside for small business. Some EAGLE Task Orders will require SECRET Facility Clearance. For those such Task Orders, the offerors (and subcontractors performing applicable tasks) will be required to possess the SECRET Facility Clearance at the time of the RFP closing date, at the time of the award, and throughout the life of the contract/Task order. The offeror (i.e. the legal entity that is submitting the proposal and would be identified as the awardee of the contract) will be required to possess the SECRET Facility Clearance itself and will not be able to rely solely on the clearance of a subcontractor; for a proposal submitted by a Joint Venture, the SECRET Facility Clearance must be granted under the name and CAGE code of the Joint Venture itself for it to be eligible for award, regardless of whether the managing partner or all members of the Joint Venture have a SECRET Facility Clearance. Possession of an INTERIM SECRET Facility Clearance at the time of RFP closing date may be sufficient to meet the requirement for some Task Orders, provided that it can be validated by the Defense Security Service (DSS); however, if access to classified COMSEC information will be necessary for the performance of a Task Order, final US Government Clearance at the appropriate level will be necessary to perform upon award. Possession of a BOA will not alleviate the need for SECRET Facility Clearance. Offerors who plan on competing for the task order solicitations that require a SECRET Facility Clearance will need to obtain the SECRET Facility Clearance via sponsorship from another contractor who already possesses a SECRET Facility Clearance. Eligibility information and requirements can be found at www.dss.mil. A Defense Security Service pamphlet is also provided on the EAGLE website for additional guidance on how to obtain a clearance. To be eligible for the award, offerors must be registered in the System for Award Management at SAM.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/111867a481454bc39f55ad6a7e3a1fd0/view)
- Record
- SN07435645-F 20250510/250508230047 (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 |