PBA Industrial Equipment Maintenance FY26
Department of Defense — Department of the Army
Description
1. The U.S. Army Contracting Command- Rock Island Arsenal (ACC-RI) hereby issues this — request for quote (RFQ) for Industrial Equipment Maintenance, in support of Pine Bluff Arsenal — (PBA). In accordance with (IAW), B08. Attachment 0001-Performance Work Statement 9-17- — 2025. This award will be Time and Material (T&M) and Firm Fixed Price (FFP) contract for the — purchase of scheduled and unscheduled Industrial Equipment Maintenance to be performed at — PBA in Pine Bluff, Arkansas. — 2. Solicitation W519TC-26-Q-A124 is hereby issued as a Request for Quote (RFQ) for Industrial — Equipment Maintenance services at PBA. The contemplated contract will have one base year and — two one-year option periods. — 3.Period of Performance follows: — Base Year - Award Date - 365 Days After Award (DAA) — Option Year 1 - 366 DAA - 731 DAA — Option Year 2 - 732 DAA - 1,097 DAA — 4. The corresponding NAICS code is 811310; the small business size standard is $12,500,000.00; — and the Service Code is J049. This procurement is a 100% small business set aside in accordance — with FAR part 19.5, set-Aside for Small Business. Quoters shall provide a completed Price Matrix — (Attachment 0002). The following instructions are for the completion of the Price Matrix. — a). The Quoter shall fill in all information highlighted in yellow. — b). The Quoter shall enter its full name and Cage Code in the spaces provided. — c). Quoters shall not make any changes or add any other information to the Price Matrix. — d). If a Quoter fails to quote prices for all quantity ranges and years the Government may reject — that quote as unacceptable. — e). The vendor shall provide a capability statement that demonstrates, in writing, their experience — relative to this requirement. The following shall be provided as evidence: REFERENCES: The — Quoter shall provide contact information (including at least Company Name, Contact Name, — Contact Telephone Number, E-mail address and a description of the services performed) for — minimum of (2) projects of similar scope and scale. — 5. The services being solicited via this RFQ are summarized below and correspond to each — Contract Line Item (CLIN) as listed: — CLIN 0001 Preventative Maintenance and Repair Services Base Year — CLIN 0002 Emergency Call-Out Services Scenario #1 Base Year — CLIN 0003 Emergency Call-Out Services Scenario #2 Base Year — CLIN 0004 Emergency Call-Out Services Scenario #3 Base Year — CLIN 0005 Emergency Call-Out Services Scenario #4 Base Year — CLIN 0006 Parts Time and Material Base Year — CLIN 0007 Contractor Manpower Reporting (Not Separately Priced) Base Year — CLIN 0008 Contract Data Requirements List (Not Separately Priced) Base Year — CLIN 1001 Preventative Maintenance and Repair Services Option Year 1 — CLIN 1002 Emergency Call-Out Services Scenario #1 Option Year 1 — CLIN 1003 Emergency Call-Out Services Scenario #2 Option Year 1 — CLIN 1004 Emergency Call-Out Services Scenario #3 Option Year 1 — CLIN 1005 Emergency Call-Out Services Scenario #4 Option Year 1 — CLIN 1006 Parts Time and Material Option Year 1 — CLIN 1007 Contractor Manpower Reporting (Not Separately Priced) Option Year 1 — CLIN 1008 Contract Data Requirements List (Not Separately Priced) Option Year 1 — CLIN 2001 Preventative Maintenance and Repair Services Option Year 2 — CLIN 2002 Emergency Call-Out Services Scenario #1 Option Year 2 — CLIN 2003 Emergency Call-Out Services Scenario #2 Option Year 2 — CLIN 2004 Emergency Call-Out Services Scenario #3 Option Year 2 — CLIN 2005 Emergency Call-Out Services Scenario #4 Option Year 2 — CLIN 2006 Parts Time and Material Option Year 2 — CLIN 2007 Contractor Manpower Reporting (Not Separately Priced) Option Year 2 — CLIN 2008 Contract Data Requirements List (Not Separately Priced) Option Year 2 — 6. This requirement is all or none, meaning if your firm is awarded this requirement your firm must — have the ability to fulfill this RFQ in full. Partial quote shall not be accepted. — 7. The Contractor shall perform work in accordance with the Performance Work Statement (PWS), — dated 09-17-2025 , Attachment 0001. — 8. Contractors must be registered in the System for Award Management (SAM) to be eligible for an — award with the U.S. Government. The link follows: www.sam.gov. Failure to comply with SAM — registration may deem a quote ineligible for an award. — 9. The U.S. Government intends to award a firm fixed price and time and material contract to the — responsive and responsible contractor with the lowest price to the Government. — 10. Department of Labor Wage Determinations (MAY 1993) — ONLY THOSE ITEMS MARKED WITH AN 'X' APPLY: — [X] (a) The following United States Department of Labor Wage Rates Decision Number is — applicable to this procurement: Wage Determination No. 2015-5121, Revision 28, dated 12-03- — 2025 or latest version. — [ ] (b) Wage Determinations of the Secretary of Labor is attached. — [X] (c) Wage Determinations are not attached. — [ ] are not applicable to this solicitation. — [ ] are pending decision by Department of Labor and may be added by amendment. — [X] are accessible at: https://sam.gov/ — 11. Invoicing instructions for this solicitation, the payment will be made by DFAS, via Wide Area — Workflow (WAWF). — 12. Please disregard the Period of Performance mentioned below each CLIN. Due to a contract — writing system error, the dates listed on page 17 are incorrect and will be corrected once a contract — is issued. For Period of Performance information, please refer to the Performance Work Statement — (PWS) attachment. — 13. Please submit all questions on or before April 28th, 2026. Questions will not be accepted after — this date. — 14. The Signature on this document should be the signature of: — (a) A Corporate Officer (President, Vice-President, Treasurer, Secretary); or — (b) An individual authorized in writing by a Corporate Officer to bind the company to a legal — document. — 15. Attachments are as follows: — a. B08. Attachment 0001 - Performance Work Statement 9-17-2025 — b. B08. Attachment 0002 - Pricing Matrix — c. B08. Attachment 0003 - Preventive Maintenance List by Item — d. B08. Attachment 0004 - Preventive Maintenance List by Date — e. B08. Attachment 0005 - CDRL 001 - Maintenance and Repair Records — f. B08. Attachment 0006 - CDRL 002 - Required Certifications — g. B08. Attachment 0007 - CDRL 003 - Accident Report — h. B08. Attachment 0008 - CDRL 004 - QCP — 16. Quotes are due May 12, 2026 at 1300 CT — 17. The points of contact for this action is Contract Specialist, Jadwiga Baranowski, jadwiga.b. — baranowski.civ@army.mil and Contracting Officer, Michelle Pleasant, michelle.m.pleasant. — civ@army.mil. — The purpose of Amendment 01 — W519TC26QA124 is as follows; — 1. Extend the solicitation from May 12, 2026 at 1300CT to May 26, 2026 at 1400CT. — 2. All other terms and conditions remain the same. — 3. The point of for this action is Contract Specialist, Jadwiga Baranowski at jadwiga.b.baranowski. — civ@army.mil and Contracting Officer, Michelle M Pleasant at michelle.m.pleasant.civ@army.mil
1. The U.S. Army Contracting Command- Rock Island Arsenal (ACC-RI) hereby issues this — request for quote (RFQ) for Industrial Equipment Maintenance, in support of Pine Bluff Arsenal — (PBA). In accordance with (IAW), B08. Attachment 0001-Performance Work Statement 9-17- — 2025. This award will be Time and Material (T&M) and Firm Fixed Price (FFP) contract for the — purchase of scheduled and unscheduled Industrial Equipment Maintenance to be performed at — PBA in Pine Bluff, Arkansas. — 2. Solicitation W519TC-26-Q-A124 is hereby issued as a Request for Quote (RFQ) for Industrial — Equipment Maintenance services at PBA. The contemplated contract will have one base year and — two one-year option periods. — 3.Period of Performance follows: — Base Year - Award Date - 365 Days After Award (DAA) — Option Year 1 - 366 DAA - 731 DAA — Option Year 2 - 732 DAA - 1,097 DAA — 4. The corresponding NAICS code is 811310; the small business size standard is $12,500,000.00; — and the Service Code is J049. This procurement is a 100% small business set aside in accordance — with FAR part 19.5, set-Aside for Small Business. Quoters shall provide a completed Price Matrix — (Attachment 0002). The following instructions are for the completion of the Price Matrix. — a). The Quoter shall fill in all information highlighted in yellow. — b). The Quoter shall enter its full name and Cage Code in the spaces provided. — c). Quoters shall not make any changes or add any other information to the Price Matrix. — d). If a Quoter fails to quote prices for all quantity ranges and years the Government may reject — that quote as unacceptable. — e). The vendor shall provide a capability statement that demonstrates, in writing, their experience — relative to this requirement. The following shall be provided as evidence: REFERENCES: The — Quoter shall provide contact information (including at least Company Name, Contact Name, — Contact Telephone Number, E-mail address and a description of the services performed) for — minimum of (2) projects of similar scope and scale. — 5. The services being solicited via this RFQ are summarized below and correspond to each — Contract Line Item (CLIN) as listed: — CLIN 0001 Preventative Maintenance and Repair Services Base Year — CLIN 0002 Emergency Call-Out Services Scenario #1 Base Year — CLIN 0003 Emergency Call-Out Services Scenario #2 Base Year — CLIN 0004 Emergency Call-Out Services Scenario #3 Base Year — CLIN 0005 Emergency Call-Out Services Scenario #4 Base Year — CLIN 0006 Parts Time and Material Base Year — CLIN 0007 Contractor Manpower Reporting (Not Separately Priced) Base Year — CLIN 0008 Contract Data Requirements List (Not Separately Priced) Base Year — CLIN 1001 Preventative Maintenance and Repair Services Option Year 1 — CLIN 1002 Emergency Call-Out Services Scenario #1 Option Year 1 — CLIN 1003 Emergency Call-Out Services Scenario #2 Option Year 1 — CLIN 1004 Emergency Call-Out Services Scenario #3 Option Year 1 — CLIN 1005 Emergency Call-Out Services Scenario #4 Option Year 1 — CLIN 1006 Parts Time and Material Option Year 1 — CLIN 1007 Contractor Manpower Reporting (Not Separately Priced) Option Year 1 — CLIN 1008 Contract Data Requirements List (Not Separately Priced) Option Year 1 — CLIN 2001 Preventative Maintenance and Repair Services Option Year 2 — CLIN 2002 Emergency Call-Out Services Scenario #1 Option Year 2 — CLIN 2003 Emergency Call-Out Services Scenario #2 Option Year 2 — CLIN 2004 Emergency Call-Out Services Scenario #3 Option Year 2 — CLIN 2005 Emergency Call-Out Services Scenario #4 Option Year 2 — CLIN 2006 Parts Time and Material Option Year 2 — CLIN 2007 Contractor Manpower Reporting (Not Separately Priced) Option Year 2 — CLIN 2008 Contract Data Requirements List (Not Separately Priced) Option Year 2 — 6. This requirement is all or none, meaning if your firm is awarded this requirement your firm must — have the ability to fulfill this RFQ in full. Partial quote shall not be accepted. — 7. The Contractor shall perform work in accordance with the Performance Work Statement (PWS), — dated 09-17-2025 , Attachment 0001. — 8. Contractors must be registered in the System for Award Management (SAM) to be eligible for an — award with the U.S. Government. The link follows: www.sam.gov. Failure to comply with SAM — registration may deem a quote ineligible for an award. — 9. The U.S. Government intends to award a firm fixed price and time and material contract to the — responsive and responsible contractor with the lowest price to the Government. — 10. Department of Labor Wage Determinations (MAY 1993) — ONLY THOSE ITEMS MARKED WITH AN 'X' APPLY: — [X] (a) The following United States Department of Labor Wage Rates Decision Number is — applicable to this procurement: Wage Determination No. 2015-5121, Revision 28, dated 12-03- — 2025 or latest version. — [ ] (b) Wage Determinations of the Secretary of Labor is attached. — [X] (c) Wage Determinations are not attached. — [ ] are not applicable to this solicitation. — [ ] are pending decision by Department of Labor and may be added by amendment. — [X] are accessible at: https://sam.gov/ — 11. Invoicing instructions for this solicitation, the payment will be made by DFAS, via Wide Area — Workflow (WAWF). — 12. Please disregard the Period of Performance mentioned below each CLIN. Due to a contract — writing system error, the dates listed on page 17 are incorrect and will be corrected once a contract — is issued. For Period of Performance information, please refer to the Performance Work Statement — (PWS) attachment. — 13. Please submit all questions on or before April 28th, 2026. Questions will not be accepted after — this date. — 14. The Signature on this document should be the signature of: — (a) A Corporate Officer (President, Vice-President, Treasurer, Secretary); or — (b) An individual authorized in writing by a Corporate Officer to bind the company to a legal — document. — 15. Attachments are as follows: — a. B08. Attachment 0001 - Performance Work Statement 9-17-2025 — b. B08. Attachment 0002 - Pricing Matrix — c. B08. Attachment 0003 - Preventive Maintenance List by Item — d. B08. Attachment 0004 - Preventive Maintenance List by Date — e. B08. Attachment 0005 - CDRL 001 - Maintenance and Repair Records — f. B08. Attachment 0006 - CDRL 002 - Required Certifications — g. B08. Attachment 0007 - CDRL 003 - Accident Report — h. B08. Attachment 0008 - CDRL 004 - QCP — 16. Quotes are due May 12, 2026 at 1300 CT — 17. The points of contact for this action is Contract Specialist, Jadwiga Baranowski, jadwiga.b. — baranowski.civ@army.mil and Contracting Officer, Michelle Pleasant, michelle.m.pleasant. — civ@army.mil. — The purpose of Amendment 01 — W519TC26QA124 is as follows; — 1. Extend the solicitation from May 12, 2026 at 1300CT to May 26, 2026 at 1400CT. — 2. All other terms and conditions remain the same. — 3. The point of for this action is Contract Specialist, Jadwiga Baranowski at jadwiga.b.baranowski. — civ@army.mil and Contracting Officer, Michelle M Pleasant at michelle.m.pleasant.civ@army.mil
Create a free account to read the full description
Sign up to access complete RFP details, AI match scores, and more.
Create Free AccountInterested in this opportunity?
Create a free account to view the full description, get AI match scores, and save this RFP to your pipeline.
View Full Details See pricing plansPoint of Contact
Jadwiga Baranowski
jadwiga.b.baranowski.civ@army.mil
Sign up to view contact details.
Source
SAM.gov