Issuing Office: Army Contracting Command – Rock Island (ACC-RI)
Anticipated Notice Type: Sources Sought (for market research only; not a solicitation)
Anticipated Competition: Preliminary – Full and Open/Unrestricted (final strategy pending Sources Sought results)
Primary NAICS (preliminary): 811121 (Automotive Body, Paint, and Interior Repair and Maintenance) – confirm after market research
Primary PSC (historical analogous): J023 (Vehicle maintenance/repair; includes painting/corrosion rehab in FPDS history)
DISCLAIMER
THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. This notice does not commit the Government to issue a solicitation, pay for information submitted, or award a contract. The Government will not reimburse respondents for any costs associated with responding to this notice. Responses will be used by the Government solely for market research and acquisition planning.
PROGRAM BACKGROUND
ACC-RI is conducting market research for a commercial corrosion prevention and control requirement supporting U.S. Army tactical vehicles operating in the USINDOPACOM Area of Responsibility (AOR). The Government has no on-site blasting/painting facilities, no CARC/CIC materials, and no tools for surface preparation or paint application at the planned location(s). The contractor must provide all labor, materials, equipment, and temporary mobile facilities required to perform the work.
PLACE OF PERFORMANCE
Work will be performed at a COMMERCIAL PORT (not a military installation) within the USINDOPACOM AOR. Exact location(s) will be provided in the solicitation. The environment
is characterized as ISO 9223:2012 atmospheric corrosivity category C4 (high corrosivity, coastal/industrial/marine exposure).
PERIOD OF PERFORMANCE
The Government anticipates an IDIQ or task-order based effort with a base period plus four (4) option years, and may include FAR 52.217-8 Extension of Services for up to six (6) additional months. Specific start dates will be provided in the solicitation.
SCOPE / REQUIRED CAPABILITIES
The contractor shall provide a complete, mobile corrosion control capability, including at a minimum:
· Mobile sandblasting/abrasive blasting booth (containment) suitable for use at a commercial port; includes ventilation/filtration and dust control.
· Mobile paint booth suitable for CARC and non-CARC coating application; includes environmental controls, lighting, filtration, and overspray containment.
· Surface preparation for corrosion levels 1 and 2: cleaning, blasting, grinding/sanding; extensive metalwork (welding) is NOT required unless offered as an optional capability.
· Corrosion Inhibiting Compound (CIC) application IAW TB 43-0213 and performed at intervals indicated in TM 38-470, Table 6-2.
· CARC spot painting and supplemental applications IAW TM/TB 43-0242 based on equipment condition.
· CARC paint-booth application IAW TM 43-0139 when required (AR 750-1 threshold: 25% or more of total asset surface area unserviceable). Includes camouflage painting per TM 43-0139.
· Contractor-provided CIC/CARC products (Government has no stock). Access to CARC products in bulk (gallons and above).
· QA/QC procedures and equipment for blasting and painting operations (e.g., surface profile verification, film thickness measurement, environmental condition monitoring, cure verification).
· Environmental, safety, and regulatory compliance for a commercial port environment: containment, emissions control (dust/VOCs), hazardous waste handling/disposal, spill prevention, and required permits.
· ITAR compliance for CARC topcoat materials, as applicable (availability may impact lead times).
INFORMATION REQUESTED FROM INDUSTRY
Interested parties shall submit a capability statement addressing the items below. The Government requests responses that are concise, fact-based, and include supporting documentation where available.
1. Company name, address, UEI, CAGE (if available), and point(s) of contact (name, title, email, phone).
2. Confirmation of ability to operate at a commercial port environment (not a military installation). Describe access requirements, safety practices, and experience working in industrial port settings.
3. Evidence of OCONUS experience (preferred). Provide at least two examples of OCONUS projects/contract awards, including place of performance and customer.
4. Description of mobile blasting booth capability: dimensions, containment method, filtration, power requirements, production rates, and how you manage dust/debris collection.
5. Description of mobile paint booth capability: dimensions, ventilation/filtration, environmental controls, overspray containment, and equipment used for mixing/spraying CARC systems.
6. Experience with Army CPC/CARC processes and publications (TB 43-0213, TM 38-470, TM 43-0139, TM/TB 43-0242). Describe your QA/QC program and inspection/acceptance approach.
7. CARC supply chain and ITAR: ability to procure/handle CARC materials in bulk, ITAR registration/compliance status (if applicable), and expected lead times for CARC topcoats.
8. Environmental compliance approach: waste characterization and disposal plan (spent abrasive media, paint residues, solvents), VOC/HAP controls, and any host-nation permitting experience.
9. Past performance (relevant): provide up to five (5) contract references (Government preferred) for blasting/painting/corrosion control of military vehicles or industrial equipment. Include PIID, customer, period, and brief scope.
10. Contract vehicles held (if any): GSA MAS SIN 238320, OASIS+ (domain/pool), or other IDIQs relevant to surface preparation/painting/corrosion control.
11. BUSINESS SIZE and socioeconomic status (if applicable): large/small, 8(a), HUBZone, SDVOSB, WOSB, etc.
REQUEST FOR ROUGH ORDER OF MAGNITUDE (ROM) PRICING
Respondents are requested to provide non-binding ROM pricing to inform the Government’s Independent Government Estimate. Provide assumptions and any pricing drivers. The Government understands ROM pricing will vary by location, volume, equipment condition, and CARC material availability.
· Mobilization / demobilization to an OCONUS commercial port (one-time) – ROM $
· Daily or weekly cost to operate mobile blast booth and mobile paint booth (crew + equipment) – ROM $/day or $/week
· Estimated unit pricing for corrosion level 1 treatment (per vehicle or per square foot) – ROM
· Estimated unit pricing for corrosion level 2 treatment (includes grinding/sanding) (per vehicle or per square foot) – ROM
· CIC application pricing (per vehicle / per application event) – ROM
· CARC spot painting pricing (per square foot / per component) – ROM
· Full CARC repaint (paint booth) pricing (per vehicle class or per square foot) – ROM
· Estimated environmental compliance and disposal costs (as a percent adder or line item) – ROM
SUBMISSION INSTRUCTIONS
Submit capability statements (and ROM pricing) in PDF format, 10 pages or fewer (excluding past performance attachments), to the Government point(s) of contact listed below through DoD SAFE. Responses should be clearly marked 'Sources Sought – Mobile Corrosion Control – PACOM'.
*The Government may use the responses to determine the appropriate acquisition strategy, including selection of contract vehicle, competition approach (set-aside vs unrestricted), and refinement of requirements and evaluation factors.