UNCLASSIFIED//FOUO

MICC FY21 APBI Consolidated Requirement Briefings

Version Number 1.0 As of 8 April 2021 UNCLASSIFIED//FOUO Disclaimer The information contained in the slides is for informational purposes only. The Army is not seeking proposals and will not accept any unsolicited proposals based on the information in this briefing. The information contained in these slides does not commit the Government to contract for any supply or service whatsoever. MICC does not guarantee that it will issue a solicitation for the requirement and even if it does, it does not guarantee it will reflect the same requirement or even the same contract value as indicated on these slides. When and if a solicitation is released, it will be synopsized on beta.SAM.gov. It is the responsibility of the potential offerors to monitor the site for additional information pertaining to this requirement. The information contained in this briefing does not contain sensitive source selection materials nor is intended to provide any potential offeror/bidder with any type of competitive advantage. The information contained in the slides is for informational purposes only.

2 UNCLASSIFIED//FOUO FDO Fort Eustis

Fort Benning

3 UNCLASSIFIED//FOUO G6 IT STUDENT SUPPORT SERVICES  Mission Partner: TRADOC  MICC Office:  SBP Email: [email protected]  Requirement: Student Information Technology (IT) Support Services  Forecasted Award Date: 15 Jul 2022 • Forecasted Solicitation Date: Mar 2022 • Estimated PoP/Ordering Period: 5 Jul 2022 – 4 Jul 2027 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES • Set-Aside: 8(a) •  Current Contract Information: • Current Contract/Order: W911SF18C0016 • Incumbent: STRATIVIA LLC • Awarded Value: $8M • PoP/Ordering Period: 12 Jul 2018 – 14 Jul 2022 • Set-Aside: 8(a) Competitive • Previous Source Selection: SAP • NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES

4 UNCLASSIFIED//FOUO MANEUVER BATTLE LAB SUPPORT SERVICES

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Mission is to conduct combined arms live, virtual, constructive and game based experimentation to support the current force and the Force 2025 and Beyond (F2025) focused on the Soldier and the Infantry, Stryker, and Armor, brigade combat teams (BCTs), and reconnaissance and Calvary formations. • Forecasted Award Date: 1 AUG 2021 • Forecasted Solicitation Date: 15 MAY 2021 • Estimated PoP/Ordering Period: 1 AUG 2021 – 31 JUL 2024 • Contract Type: CPFF  Place of Performance: Primarily at Fort Benning, Georgia. Performance may also be at other DoD locations throughout the Continental (CONUS), Outside Continental United States (OCONUS), and on occasion in areas of conflict.  Anticipated NAICS: 541330 - ENGINEERING SERVICES  Current Contract Information: • Current Contract/Order: GS00Q14OADU130 W911SF18F0032 • Incumbent: SCIENCE APPLICATIONS INTERNATIONAL CORPORATION • Awarded Value: $48,467,444 • PoP/Ordering Period: 22 MAY 2018 – 31 JUL 2021 • Set-Aside: Unrestricted - GSA • Previous Source Selection: Trade-off • NAICS: 541330 - ENGINEERING SERVICES 5 UNCLASSIFIED//FOUO Grounds Maintenance

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Grass Cutting, Area Preparation, and Trim around buildings, structures, roads,  parking areas and sidewalks. • Forecasted Award Date: 1 JAN 2021 • Forecasted Solicitation Date: 1 Oct 2021 • Estimated PoP/Ordering Period: 1 JAN 2021 – 31 JUL 2024 • Contract Type: FFP • Place of Performance: Ft Benning, GA • Anticipated NAICS: 561730  Current Contract Information: (If new put N/A here) • Current Contract/Order: W911SF20D0010 • Incumbent: U.S. GROUNDS MAINTENANCE, INC. • Awarded Value: $1,947,349 • PoP/Ordering Period: 30 JUN 2020– 31 DEC 2020 • Set-Aside: Unrestricted • Previous Source Selection: N/A • NAICS: 561730

6 UNCLASSIFIED//FOUO CATV AND INTERNET SERVICES

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide CATV and internet services. • Forecasted Award Date: 10 AUG 2022 • Forecasted Solicitation Date: 1 MAY 2022 • Estimated PoP/Ordering Period: 10 AUG 2022 - 9 AUG 2027 • Contract Type: FFP/ • Place of Performance: Fort Benning, GA • Anticipated NAICS: 515210 - CABLE AND OTHER SUBSCRIPTION PROGRAMMING • Set-Aside: N/A

 Current Contract Information: • Current Contract/Order: W911SF17A0103 • Incumbent: CHARTER COMMUNICATIONS OPERATING, LLC • Awarded Value: $1,000,000 • PoP/Ordering Period: 9 AUG 2017 – 9 AUG 2022 • Set-Aside: N/A • Previous Source Selection: N/A • NAICS: 515210 - CABLE AND OTHER SUBSCRIPTION PROGRAMMING

7 UNCLASSIFIED//FOUO CONSOLIDATED ICE USAGE

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Ice to MCoE training units that support the MCoE, Infantry School, and the Armor School located at Fort Benning, Georgia. • Forecasted Award Date: 20 DEC 2024 • Forecasted Solicitation Date: 1 Oct 2024 • Estimated PoP/Ordering Period: 20 DEC 2024 - 19 DEC 2029 • Contract Type: FFP/CPFF/ETC • Place of Performance: Fort Benning, Georgia. • Anticipated NAICS: 312113 - ICE MANUFACTURING  Current Contract Information: • Current Contract/Order: W911SF20A0001 • Incumbent: ICE RESOURCES INC • Awarded Value: $2,708,161 • PoP/Ordering Period: 20 DEC 2019– 19 DEC 2024 • Set-Aside: SB Set Aside • Previous Source Selection: LPTA/Trade-off • NAICS: 312113 - ICE MANUFACTURING

8 UNCLASSIFIED//FOUO VEHICLE RENTAL (VARIOUS TYPES)

 Mission Partner: AMC: ASC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Single Blanket Purchase Agreement for LRC Transportation Vehicle Rental at Fort Benning, Georgia. • Forecasted Award Date: 4 APR 2023 • Forecasted Solicitation Date: 1 Jan 2023 • Estimated PoP/Ordering Period: 4 APR 2023 - 3 APR 2027 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 532111 - PASSENGER CAR RENTAL

 Current Contract Information: • Current Contract/Order: W911SF18A0002 • Incumbent: ENTERPRISE LEASING COMPANY- SOUTH CENTRAL, LLC • Awarded Value: $8,500,000 • PoP/Ordering Period: 4 APR 2018 – 3 APR 2023 • Set-Aside: Unrestricted • Previous Source Selection: LPTA • NAICS: 532111 - PASSENGER CAR RENTAL

9 UNCLASSIFIED//FOUO INSTALLATION PORTABLE LATRINE LEASE AND MAINTENANCE

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Services for portable toilets lease and maintenance that includes installing, relocating, servicing and maintenance repairs.  Forecasted Award Date: 1 SEPT 2023 • Forecasted Solicitation Date: 1 JUN 2023 • Estimated PoP/Ordering Period: 1 SEPT 2023 - 31 AUG 2027 • Contract Type: FFP • Place of Performance: City/Installation, State - TBD • Anticipated NAICS: 562991 - SEPTIC TANK AND RELATED SERVICES  Current Contract Information: (If new put N/A here) • Current Contract/Order: W911SF18D0002 • Incumbent: LANE SERVICES, LLC • Awarded Value: $13,609,398 • PoP/Ordering Period: 27 JUL 2018 – 31 AUG 2023 • Set-Aside: HUBZONE • Previous Source Selection: LPTA • NAICS: 562991 - SEPTIC TANK AND RELATED SERVICES

10 UNCLASSIFIED//FOUO GROUNDS MAINTENANCE

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: All personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform grounds maintenance at Fort Benning, Georgia. • Forecasted Award Date: 1 SEPT 2023 • Forecasted Solicitation Date: 1 JUN 2023 • Estimated PoP/Ordering Period: 1 SEPT 2023 - 31 AUG 2027 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 561730 - LANDSCAPING SERVICES  Current Contract Information: • Current Contract/Order: W911SF19D0001 • Incumbent: U.S. GROUNDS MAINTENANCE, INC. • Awarded Value: $14,516,815 • PoP/Ordering Period: 17 OCT 2018 – 31 AUG 2023 • Set-Aside: SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 561730 - LANDSCAPING SERVICES

11 UNCLASSIFIED//FOUO UNDERGROUND STORAGE AND CLEAN WASH RACK FACILITIES

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: C • Requirement: Maintain sites of Underground Storage Tanks (UST) and Wash Racks on Fort Benning • Forecasted Award Date: 18 SEPT 2022 • Forecasted Solicitation Date: 1 JUN 2022 • Estimated PoP/Ordering Period: 18 SEPT 2022 - 17 SEPT 2027 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 562910 - REMEDIATION SERVICES  Current Contract Information: • Current Contract/Order: W911SF17D0001 • Incumbent: DNT ENVIRONMENTAL SERVICES, INC. • Awarded Value: $22,149,826 • PoP/Ordering Period: 19 JUN 2017 – 17 SEPT 2022 • Set-Aside: N/A • Previous Source Selection: N/A • NAICS: 562910 - REMEDIATION SERVICES

12 UNCLASSIFIED//FOUO PAVEMENT AND GRADING

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected] • Requirement: All labor, equipment, incidentals; supervision and transportation for work necessary to provide grading, drainage at various locations on Fort Benning. • Forecasted Award Date: 16 NOV 2023 • Forecasted Solicitation Date: 1 JUL 2023 • Estimated PoP/Ordering Period: 16 NOV 2023 - 17 SEPT 2027 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 237310 - HIGHWAY, STREET, AND BRIDGE CONSTRUCTION  Current Contract Information: • Current Contract/Order: W911SF18D0001 • Incumbent: COLUMBUS BARRICADES INC • Awarded Value: $45,913,670 • PoP/Ordering Period: 14 MAY 2018 – 15 NOV 2023 • Set-Aside: SB SET-ASIDE • Previous Source Selection: LPTA • NAICS: 237310 - HIGHWAY, STREET, AND BRIDGE CONSTRUCTION

13 UNCLASSIFIED//FOUO MAIDIQ CONSTRUCTION FORT BENNING

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: maintenance, repair, remodeling, renovation and minor new construction which may include incidental design services. • Forecasted Award Date: 1 AUG 2024 • Forecasted Solicitation Date: 1 APR 2024 • Estimated PoP/Ordering Period: 1 AUG 2024 - 31 JUL 2028 • Contract Type: FFP • Place of Performance: Fort Benning,GA • Anticipated NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION  Current Contract Information: • Current Contract/Order: W911SF20D0007 • Incumbent: DOT CONSTRUCTION, INC. • Awarded Value: $75,000,000 • PoP/Ordering Period: 6 FEB 2020 – 31 JUL 2024 • Set-Aside: 100 SB SET-ASIDE • Previous Source Selection: LPTA • NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

14 UNCLASSIFIED//FOUO REPAIR WASHERS AND DRYERS

 Mission Partner: AMC: ASC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: REPAIR WASHERS/DRYERS, 120 machines a month • Forecasted Award Date: 1 JUN 2021 • Forecasted Solicitation Date: 1 FEB 2021 • Estimated PoP/Ordering Period: 1 JUN 2021 - 31 MAY 2023 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 811412 - APPLIANCE REPAIR AND MAINTENANCE  Current Contract Information: • Current Contract/Order: W911SF19P0059 • Incumbent: PITTMAN CONSULTING GROUP, LLC • Awarded Value: $1,009,670 • PoP/Ordering Period: 25 SEPT 2019 – 31 MAY 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 811412 - APPLIANCE REPAIR AND MAINTENANCE

15 UNCLASSIFIED//FOUO ELEVATOR MAINTENANCE AND REPAIR  Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Monthly maintenance and repair of all elevators to include elevators located at Martin Army Community Hospital (MACH); All labor, equipment, supplies and materials, to perform all operations necessary for the inspection, maintenance and repair of all elevators, dumbwaiters and jump tower hoist systems. • Forecasted Award Date: 1 SEPT 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 1 SEPT 2021 - 31 MAY 2023 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 811310 - COMMERCIAL AND INDUSTRIAL MACHINERY AND EQUIPMENT (EXCEPT AUTOMOTIVE AND ELECTRONIC) REPAIR AND MAINTENANCE Current Contract Information: • Current Contract/Order: W911SF18P0068 • Incumbent: DIVERSIFIED ELEVATOR SERVICE AND EQUIPMENT COMPANY INC • Awarded Value: $1,847,702 • PoP/Ordering Period: 6 SEPT 2018 – 31 AUG 2021 • Set-Aside: 100% SB SET-ASIDE • Previous Source Selection: LPTA • NAICS: 811310 - COMMERCIAL AND INDUSTRIAL MACHINERY AND EQUIPMENT (EXCEPT AUTOMOTIVE AND ELECTRONIC) REPAIR AND MAINTENANCE 16 UNCLASSIFIED//FOUO REFUSE COLLECTION

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Solid Waste Disposal and related waste stream management • Forecasted Award Date: 1 SEPT 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 1 SEPT 2021 - 31 AUG 2025 • Contract Type: FFP  Place of Performance: Fort Benning, GA • Anticipated NAICS: 562111 - SOLID WASTE COLLECTION

 Current Contract Information: • Current Contract/Order: W9124G17C0004 • Incumbent: VMX INTERNATIONAL LLC • Awarded Value: $1,954,349 • PoP/Ordering Period: 31 JUL 2017 – 31 AUG 2021 • Set-Aside: EDWOSB • Previous Source Selection: LPTA • NAICS: 562111 - SOLID WASTE COLLECTION

17 UNCLASSIFIED//FOUO PROJECT MANAGEMENT SERVICES

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Engineering & Real Property Tech Support • Forecasted Award Date: 30 AUG 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 30 AUG 2021 - 29 AUG 2023 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 541330 - ENGINEERING SERVICES

 Current Contract Information: • Current Contract/Order: W911SF19C0022 • Incumbent: SERES ENGINEERING & SERVICES LLC • Awarded Value: $1,962,355 • PoP/Ordering Period: 27 AUG 2019 – 29 AUG 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 541330 - ENGINEERING SERVICES

18 UNCLASSIFIED//FOUO ECP LABOR BASE YEAR

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Classroom XXI / Information Management Support Services at Fort Benning, GA • Forecasted Award Date: 1 JUL 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 1 JUL 2021 – 30 JUN 2023 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES

 Current Contract Information: • Current Contract/Order: W911SF19P0041 • Incumbent: NATIONWIDE IT SERVICES, INC. • Awarded Value: $2,067,107 • PoP/Ordering Period: 22 JUN 2019 – 30 JUN 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES

19 UNCLASSIFIED//FOUO ARCHITECTURAL HISTORIAN (SHPO)

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected] • Requirement: Cultural Resource Monitoring (SHPO) • Forecasted Award Date: 11 SEPT 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 11 SEPT 2021 – 30 JUN 2023 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

 Current Contract Information: • Current Contract/Order: W911SF20C0007 • Incumbent: ENGINEERED SYSTEMS & SERVICES, L.L.C. • Awarded Value: $2,337,338 • PoP/Ordering Period: 11 SEPT 2020 – 10 SEPT 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

20 UNCLASSIFIED//FOUO BASE YEAR LABOR - INSTRUCTORS

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected] • Requirement: Support services for the Infantry proponent institutional training mission assigned to the 198th Infantry Brigade to assist with the instruction of content and training. • Forecasted Award Date: 20 AUG 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 20 AUG 2021 – 19 AUG 2022 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING  Current Contract Information: • Current Contract/Order: W911SF20P0042 • Incumbent: IBEX IT BUSINESS EXPERTS LLC • Awarded Value: $2,948,518 • PoP/Ordering Period: 13 AUG 2020 – 19 AUG 2021 • Set-Aside: 8(a) SOLE OSURCE • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

21 UNCLASSIFIED//FOUO TACTICAL FLEET SUPPORT OPERATORS LABOR

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected] • Requirement: Training aide trainer/operator support and maintenance to unassigned tactical equipment. • Forecasted Award Date: 30 JUL 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 30 JUL 2021 – 19 AUG 2022 • Contract Type: FFP  Place of Performance: Fort Benning • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING  Current Contract Information: • Current Contract/Order: W911SF20P0036 • Incumbent: ALLIANCE GLOBAL GROUP • Awarded Value: $3,198,599 • PoP/Ordering Period: 28 JUL 2020 – 29 JUL 2021 • Set-Aside: SDVOSB SET ASIDE • Previous Source Selection: LPTA • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

22 UNCLASSIFIED//FOUO BUILDING RANGER FAMILIES EVENT

 Mission Partner: N/A  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Comprehensive Ranger Families Support Program • Forecasted Award Date: 8 SEPT 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 8 SEPT 2021 – 7 SEPT 2022 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 561920 - CONVENTION AND TRADE SHOW ORGANIZERS  Current Contract Information: • Current Contract/Order: W911SF20P0051 • Incumbent: TOM & JERRY, INC. • Awarded Value: $3,230,000 • PoP/Ordering Period: 4 SEPT 2020 – 7 SEPT 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 561920 - CONVENTION AND TRADE SHOW ORGANIZERS

23 UNCLASSIFIED//FOUO PREVENTATIVE MAINTENANCE AND REPAIR

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Facility maintenance, repair and custodial operations for HEADQUARTERS, U.S. (USAACE), and the SOLDIER SERVICE CENTER • Forecasted Award Date: 2 MAY 2022 • Forecasted Solicitation Date: 1 JAN 2022 • Estimated PoP/Ordering Period: 2 MAY 2022 – 1 MAY 2025 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 561210 - FACILITIES SUPPORT SERVICES  Current Contract Information: • Current Contract/Order: W9124G19C0004 • Incumbent: LOGISTICS & TECHNOLOGY SERVICES, INC. • Awarded Value: $3,578,402 • PoP/Ordering Period: 29 MAR 2019 – 1 MAY 2022 • Set-Aside: 100% SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 561210 - FACILITIES SUPPORT SERVICES

24 UNCLASSIFIED//FOUO FMO/ WAREHOUSE MANAGEMENT SERVICES

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Operate a Furniture Management Office (FMO) and Warehouse. • Forecasted Award Date: 29 AUG 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 29 AUG 2021 – 28 AUG 2023 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 493190 - OTHER WAREHOUSING AND STORAGE  Current Contract Information: • Current Contract/Order: W911SF19C0023 • Incumbent: INFINISOURCE CONSULTING SOLUTIONS INC • Awarded Value: $4,106,046 • PoP/Ordering Period: 20 SEPT 2019 – 28 AUG 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 493190 - OTHER WAREHOUSING AND STORAGE

25 UNCLASSIFIED//FOUO AR OSUT 5

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Armor OSUT 5 - Repair Control Towers (small arms) for Malone 3, 22, 12, 5, Wagner, 4, 7, 14, 16, English and Simpson ranges • Forecasted Award Date: 16 JUN 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 16 JUN 2021 – 15 JUN 2023 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION  Current Contract Information: • Current Contract/Order: W911SF19C0030 • Incumbent: DON JONES CONSTRUCTION CO., INC. • Awarded Value: $4,198,120 • PoP/Ordering Period: 24 SEPT 2019 – 15 JUN 2021 • Set-Aside: 100 SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

26 UNCLASSIFIED//FOUO NPDES MS4

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected] • Requirement: Ensure the compliance of the Installation to the Clean Water Act (CWA) and all subsequent and included regulations. • Forecasted Award Date: 26 SEPT 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 26 SEPT 2021 – 25 SEPT 2023 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 541620 - ENVIRONMENTAL CONSULTING SERVICES  Current Contract Information: • Current Contract/Order: W911SF20C0008 • Incumbent: ONES WHITETAIL JOINT VENTURE LLC • Awarded Value: $5,172,337 • PoP/Ordering Period: 24 SEPT 2020 – 25 SEPT 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 541620 - ENVIRONMENTAL CONSULTING SERVICES

27 UNCLASSIFIED//FOUO (DOTMLPF) IMPROVEMENTS FOR THE ABCT FORMATION

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected] • Requirement: conduct development, integration, fielding, training, and sustainment of current and future combat and formation supporting platforms. • Forecasted Award Date: 10 JUN 2022 • Forecasted Solicitation Date: 1 FEB 2022 • Estimated PoP/Ordering Period: 10 JUN 2022 – 9 JUN 2023 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING  Current Contract Information: • Current Contract/Order: W911SF19C0012 • Incumbent: EXCALIBUR LEGAL STAFFING, LLC • Awarded Value: $5,445,477 • PoP/Ordering Period: 10 JUN 2019 – 9 JUN 2022 • Set-Aside: 100% SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

28 UNCLASSIFIED//FOUO AMO 18-376 G6 IT STUDENT SUPPORT SERVICES

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: IT STUDENT SUPPORT SERVICES • Forecasted Award Date: 15 JUL 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 15 JUL 2021 – 9 JUN 2023 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES  Current Contract Information: • Current Contract/Order: W911SF18C0016 • Incumbent: STRATIVIA LLC • Awarded Value: $8,092,410 • PoP/Ordering Period: 12 JUL 2018 – 14 JUL 2021 • Set-Aside: 200% SB SET-ASIDE • Previous Source Selection: LPTA • NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES

29 UNCLASSIFIED//FOUO E911 DISPATCH SERVICES

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected] • Requirement: 911 DISPATCH SERVICES • Forecasted Award Date: 1 NOV 2021 • Forecasted Solicitation Date: 1 JUN 2021 • Estimated PoP/Ordering Period: 1 NOV 2021 – 31 OCT 2026 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 561421 - TELEPHONE ANSWERING SERVICES

 Current Contract Information: (If new put N/A here) • Current Contract/Order: W911SF18C0001 • Incumbent: BOBBY DODD INSTITUTE, INC. • Awarded Value: $8,774,951 • PoP/Ordering Period: 29 DEC 2017 – 31 OCT 2021 • Set-Aside: 100% SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 561421 - TELEPHONE ANSWERING SERVICES

30 UNCLASSIFIED//FOUO OPERATING SERVICES

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Execution of operation services for the NIM-SC • Forecasted Award Date: 1 JUL 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 1 JUL 2021 – 30 JUN 2025 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 712110 - MUSEUMS

 Current Contract Information: • Current Contract/Order: W911SF17C0009 • Incumbent: NATIONAL INFANTRY MUSEUM FOUNDATION, INC. • Awarded Value: $10,493,631 • PoP/Ordering Period: 31 JUL 2017 – 30 JUN 2021 • Set-Aside: SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 712110 - MUSEUMS

31 UNCLASSIFIED//FOUO INSTALLATION ORGANIZATIONAL LAUNDRY SERVICES

 Mission Partner: AMC: ASC  MICC Office: Fort Benning  SBP Email: [email protected] • Requirement: Pick-up and delivery at designated locations, washing, drying, pressing, packaging, drop-off, and direct exchange services for Government-owned items for cleaning. • Forecasted Award Date: 1 JUL 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 1 JUL 2021 – 30 JUN 2023 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 812320 - DRYCLEANING AND LAUNDRY SERVICES (EXCEPT COIN- OPERATED)

 Current Contract Information: • Current Contract/Order: W911SF19C0018 • Incumbent: CLS MEDICAL INCORPORATED • Awarded Value: $11,444,733 • PoP/Ordering Period: 28 JUN 2019 – 30 JUN 2021 • Set-Aside: 100% SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 812320 - DRYCLEANING AND LAUNDRY SERVICES (EXCEPT COIN-OPERATED)

32 UNCLASSIFIED//FOUO AVIATION MAINTENANCE OF HELICOPTERS

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Provide quality maintenance and logistics support services for aircraft assigned to the U.S. Army in support of TRADOC mission requirements at Fort Benning, Georgia; and satellite locations at Dahlonega GA and Elgin FL. • Forecasted Award Date: 28 JUN 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 28 JUN 2021 – 30 JUN 2023 • Contract Type: FFP  Place of Performance: Fort Benning • Anticipated NAICS: 488190 - OTHER SUPPORT ACTIVITIES FOR AIR TRANSPORTATION  Current Contract Information: • Current Contract/Order: W911SF19C0019 • Incumbent: ADVANCED TECHNOLOGY SYSTEMS COMPANY, INC. (OF VIRGINIA) • Awarded Value: $17,888,704 • PoP/Ordering Period: 18 JUL 2019 – 27 JUN 2021 • Set-Aside: 100% SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 488190 - OTHER SUPPORT ACTIVITIES FOR AIR TRANSPORTATION

33 UNCLASSIFIED//FOUO BASOPS FORT BENNING GA

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Base Operation services for the Directorate of Public Works (DPW)  Installation Management Command (IMCOM) located at Fort Benning, GA. • Forecasted Award Date: 1 SEPT 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 1 SEPT 2021 – 30 JUN 2023 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 561210 - FACILITIES SUPPORT SERVICES  Current Contract Information: • Current Contract/Order: W911SF19C0024 • Incumbent: TIYA SERVICES, LLC • Awarded Value: $215,609,364 • PoP/Ordering Period: 30 AUG 2019 – 31 AUG 2021 • Set-Aside: 100% SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 561210 - FACILITIES SUPPORT SERVICES

34 UNCLASSIFIED//FOUO MCOE SUPPORT SERVICES  Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: 1) Gen Adm, Technical and Analytical Spt; (2) Training Dev Spt; (3) Doctrine Dev Spt; (4) Capability Dev Spt; (5) Training Instruction Spt; (6) Training Aids, Devs, Simulations, Simulators (TADSS), Modeling, and Analysis  Forecasted Award Date: 31 DEC 2023 • Forecasted Solicitation Date: 1 AUG 2023 • Estimated PoP/Ordering Period: 31 DEC 2023 – 30 DEC 2028 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES  Current Contract Information: (If new put N/A here) • Current Contract/Order: W911S019D0001; W911S019D0002; W911S019D0003; W911S019D0004; W911S019D0005; W911S019D0006; W911S019D0007 • Incumbent: YORKTOWN SYSTEMS GROUP, INC.; SUMMIT TECHNOLOGIES, INC.; COGNITION LLC; BESHENICH MUIR & ASSOCIATES, LLC; BOOZ ALLEN HAMILTON INC.; JANUS RESEARCH GROUP, INC.; SYSTEM STUDIES & SIMULATION INC • Awarded Value: $168,000,000 • PoP/Ordering Period: 20 DEC 2018 – 30 DEC 2023 • Set-Aside: 100% SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND

TECHNICAL SERVICES 35 UNCLASSIFIED//FOUO MCOE SUPPORT SERVICES

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: MCOE SUPORT SERVICES • Forecasted Award Date: 2 SEPT 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 2 SEPT 2021 – 30 DEC 2028 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES  Current Contract Information: • Current Contract/Order: W911S019D0002 W911S019D0002 • Incumbent: SUMMIT TECHNOLOGIES, INC. • Awarded Value: $16,289,863 • PoP/Ordering Period: 21 JUL 2020 – 9/1/2021 • Set-Aside: SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

36 UNCLASSIFIED//FOUO REPAIR FAILING PIPE AT LAAF

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: PIPE REPAIR SERVICES • Forecasted Award Date: 1 MAR 2022 • Forecasted Solicitation Date: 1 DEC 2021 • Estimated PoP/Ordering Period: 1 MAR 2022 – 28 FEB 2024 • Contract Type: TBD • Place of Performance: City/Installation, State - TBD • Anticipated NAICS: 237310 - HIGHWAY, STREET, AND BRIDGE CONSTRUCTION  Current Contract Information: (If new put N/A here) • Current Contract/Order: W911SF18D0001 W911SF20F0199 • Incumbent: COLUMBUS BARRICADES INC • Awarded Value: $1,035,309 • PoP/Ordering Period: 30 SEPT 2020 – 28 FEB 2022 • Set-Aside: SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 237310 - HIGHWAY, STREET, AND BRIDGE CONSTRUCTION

37 UNCLASSIFIED//FOUO WIRELESS CONTRACT

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: WIRELESS CONTRACT SERVICES • Forecasted Award Date: 1 JUL 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 1 JUL 2021 – 30 JUN 2022 • Contract Type: FFP/CPFF/ETC - TBD • Place of Performance: Fort Benning, GA • Anticipated NAICS: 517312 - WIRELESS TELECOMMUNICATIONS CARRIERS (EXCEPT SATELLITE)  Current Contract Information: • Current Contract/Order: N0024418D0003 W911SF20F0100 • Incumbent: CELLCO PARTNERSHIP • Awarded Value: $1,056,416 • PoP/Ordering Period: 26 JUN 2020 – 30 JUN 2021 • Set-Aside: N/A • Previous Source Selection: LPTA/Trade-off – N/A • NAICS: 517312 - WIRELESS TELECOMMUNICATIONS CARRIERS (EXCEPT SATELLITE)

38 UNCLASSIFIED//FOUO CLIN 0001 LABOR

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: MCOE SYSTEMS AND SIMULATION • Forecasted Award Date: 18 JUN 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 18 JUN 2021 – 30 JUN 2022 • Contract Type: FFP/CPFF/ETC • Place of Performance: City/Installation, State - TBD • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES  Current Contract Information: • Current Contract/Order: W911S019D0007 W911SF20F0114 • Incumbent: SYSTEM STUDIES & SIMULATION INC • Awarded Value: $1,154,633 • PoP/Ordering Period: 18 SEPT 2020 – 17 JUN 2021 • Set-Aside: FULL & OPEN • Previous Source Selection: LPTA • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

39 UNCLASSIFIED//FOUO REPAIR HEDLEY'S POND DAM

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benningi  SBP Email: [email protected]  Requirement: REPAIR SERVICES • Forecasted Award Date: 6 AUG 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 6 AUG 2021 – 30 JUN 2022 • Contract Type: FFP • Place of Performance: City/Installation, State - TBD • Anticipated NAICS: 237310 - HIGHWAY, STREET, AND BRIDGE CONSTRUCTION  Current Contract Information: • Current Contract/Order: W911SF18D0001: W911SF20F0057; W911SF20F0043; W911SF20F0060 • Incumbent: COLUMBUS BARRICADES INC • Awarded Value: $1,325,463; $1,923,163; $1,944,141 • PoP/Ordering Period: 8 APR 2020 – 5 AUG 2021 • Set-Aside: N/A • Previous Source Selection: LPTA • NAICS: 237310 - HIGHWAY, STREET, AND BRIDGE CONSTRUCTION

40 UNCLASSIFIED//FOUO MCOE SERVICE SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: Provide brief details in a few sentences. • Forecasted Award Date: 28 MAR 2023 • Forecasted Solicitation Date: 1 Dec 2022 • Estimated PoP/Ordering Period: 28 MAR 2023 – 30 JUN 2022 • Contract Type: FFP • Place of Performance: City/Installation, State - TBD • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES  Current Contract Information: • Current Contract/Order: W911S019D0004 W911SF21F0002 • Incumbent: BESHENICH MUIR & ASSOCIATES, LLC • Awarded Value: $1,944,367 • PoP/Ordering Period: 2 OCT 2020 – 27 MAR 2023 • Set-Aside: Unrestricted/WOSB/SDVOSB/8(a)/etc. - TBD • Previous Source Selection: LPTA • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

41 UNCLASSIFIED//FOUO REPAIR INTERIOR OCS BLDG 83

 Mission Partner: AMC: IMCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: INTERIOR REPAIR SERVICES CONSTRUCTION MATOC • Forecasted Award Date: 20 NOV 2021 • Forecasted Solicitation Date: 1 AUG 2021 • Estimated PoP/Ordering Period: 20 NOV 2021 – 30 JUN 2022 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION  Current Contract Information: • Current Contract/Order: W911SF20D0004 W911SF20F0116 • Incumbent: WEBB CONSTRUCTION GROUP, INC. • Awarded Value: $2,470,358 • PoP/Ordering Period: 29 JUL 2020– 19 NOV 2021 • Set-Aside: 8(a) COMPETITIVE • Previous Source Selection: LPTA • NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

42 UNCLASSIFIED//FOUO CAPABILITIES AND ADMINISTRATIVE SERVICES

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: MCOE SUPPORT SERVICES • Forecasted Award Date: 28 JUL 2022 • Forecasted Solicitation Date: 1 MAR 2022 • Estimated PoP/Ordering Period: 28 JUL 2022 – 30 JUN 2022 • Contract Type: FFP  Place of Performance: Fort Benning • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES  Current Contract Information: • Current Contract/Order: W911S019D0002: W911SF19F1005; W911SF20F0109 • Incumbent: SUMMIT TECHNOLOGIES, INC. • Awarded Value: $2,715,677; $4,094,608 • PoP/Ordering Period: 26 SEPT 2019 – 27 JUL 2022 / 22 SEPT 2020 – 27 SEPT 2021 • Set-Aside: SDVOSB • Previous Source Selection: LPTA • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

43 UNCLASSIFIED//FOUO NON-PERSONAL SERVICES LABOR

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: MCOE SUPPORT SERVICES • Forecasted Award Date: 3 FEB 2023 • Forecasted Solicitation Date: 1 OCT 2022 • Estimated PoP/Ordering Period: 3 FEB 2023 – 30 JUN 2022 • Contract Type: FFP  Place of Performance: Fort Benning • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES  Current Contract Information: (If new put N/A here) • Current Contract/Order: W911S019D0003 W911SF20F0085 • Incumbent: COGNITION LLC • Awarded Value: $3,427,854 • PoP/Ordering Period: 4 JUN 2020 – 2 FEB 2023 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

44 UNCLASSIFIED//FOUO SOLDIER CAP MGMT. SVC SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: MCOE SUPPORT SERVICES • Forecasted Award Date: 8 MAY 2021 • Forecasted Solicitation Date: 1 MAR 2021 • Estimated PoP/Ordering Period: 8 MAY 2021 – 7 MAY 2023 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES  Current Contract Information: (If new put N/A here) • Current Contract/Order: W911S019D0005 W911SF19F0049 • Incumbent: BOOZ ALLEN HAMILTON INC. • Awarded Value: $3,818,543 • PoP/Ordering Period: 10 JUL 2019 – 7 MAY 2021 • Set-Aside: SB SET ASIDE • Previous Source Selection: LPTA • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

45 UNCLASSIFIED//FOUO BASE YEAR

 Mission Partner: TRADOC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: • Forecasted Award Date: 16 APR 2021 • Forecasted Solicitation Date: 1 JAN 2021 • Estimated PoP/Ordering Period: 16 APR 2021 – 15 APR 2022 • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 811212 - COMPUTER AND OFFICE MACHINE REPAIR AND MAINTENANCE  Current Contract Information: • Current Contract/Order: GS03F0151X W911SF20F0112 • Incumbent: CARTRIDGE TECHNOLOGIES, INC. • Awarded Value: $3,833,779 • PoP/Ordering Period: 3 AUG 2020 – 15 APR 2021 • Set-Aside: N/A • Previous Source Selection: N/A • NAICS: 811212 - COMPUTER AND OFFICE MACHINE REPAIR AND MAINTENANCE

46 UNCLASSIFIED//FOUO FY 20 FOOD SUBSISTENCE

 Mission Partner: MEDCOM  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: • Forecasted Award Date: 1 OCT 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 1 OCT 2021 – 15 APR 2022 • Contract Type: FFP/CPFF/ETC • Place of Performance: City/Installation, State - TBD • Anticipated NAICS: 311999 - ALL OTHER MISCELLANEOUS FOOD MANUFACTURING  Current Contract Information: (If new put N/A here) • Current Contract/Order: 36W79719D0001 W911SF19F1019 • Incumbent: US FOODS, INC. • Awarded Value: $5,528,000 • PoP/Ordering Period: 30 SEPT 2019 - 30 SEPT 2021 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 311999 - ALL OTHER MISCELLANEOUS FOOD MANUFACTURING

47 UNCLASSIFIED//FOUO SUPPLIES / Full Food Service

 Mission Partner: AMC: ASC  MICC Office: Fort Benning  SBP Email: [email protected]  Requirement: FULL FOOD SERVICES • Forecasted Award Date: 1 JAN 2021 • Forecasted Solicitation Date: 1 SEPT 2021 • Estimated PoP/Ordering Period: 1 JAN 2021 – TBD • Contract Type: FFP • Place of Performance: Fort Benning • Anticipated NAICS: 722310 - FOOD SERVICE CONTRACTORS  Current Contract Information: (If new put N/A here) • Current Contract/Order: W911SF20D0002 AND W911SF20D0002 W911SF20F0182 • Incumbent: GEORGIA VOCATIONAL REHABILITATION AGENCY • Awarded Value: $92,932,290.06; $10,042,164 • PoP/Ordering Period: 31 DEC 2019 – 31 DEC 2020 / 19 SEPT 2020 – 31 OCT 2021 • Set-Aside: Unrestricted/WOSB/SDVOSB/8(a)/etc. - TBD • Previous Source Selection: LPTA/Trade-off - TBD • NAICS: 722310 - FOOD SERVICE CONTRACTORS

48 UNCLASSIFIED//FOUO FDO Fort Eustis

Carlisle Barracks

49 UNCLASSIFIED//FOUO COLLECTION MANAGEMENT HOSTED SERVICE

 Mission Partner: USAWC  MICC Office: Carlisle Barracks  SBP Email: [email protected]  Requirement: Collection Management Hosted Service across the following functional areas: library, archives, collection management, and museum.  Forecasted Award Date: Sept 2022 • Forecasted Solicitation Date: Jun 2022 • Estimated PoP/Ordering Period: 28 Sept 2022 – 27 Sept 2026 • Contract Type: FFP • Place of Performance: Carlisle Barracks, PA • Anticipated NAICS: 518210 - DATA PROCESSING, HOSTING, AND RELATED SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91QF017P0092 • Incumbent: AXIELL ALM INC • Awarded Value: $2M • PoP/Ordering Period: 28 Sept 2017 – 27 Sept 2022 • Set-Aside: Unrestricted • Previous Source Selection: SAP • NAICS: 518210 - DATA PROCESSING, HOSTING, AND RELATED SERVICES

50 UNCLASSIFIED//FOUO ACCESS CONTROL PERSONNEL 19-24

 Mission Partner: USAWC  MICC Office: Carlisle Barracks  SBP Email: [email protected]  Requirement: BUILDING ACCESS CONTROL • Forecasted Award Date: 30 Sept 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 30 Sept 2021 - 29 Sept 2023 • Contract Type: FFP • Place of Performance: Carlisle Barracks, PA • Anticipated NAICS: 561210 - FACILITIES SUPPORT SERVICES • Set-Aside: SMALL BUSINESS  Current Contract Information: • Current Contract/Order: W91QF019P0075 • Incumbent: NEW AGE PROTECTION, INC. • Awarded Value: $ 1,016,644 • PoP/Ordering Period: 6 Sept 2019 – 29 Sept 2021 • Set-Aside: SMALL BUSINESS • Previous Source Selection: LPTA • NAICS: 561210 - FACILITIES SUPPORT SERVICES

51 UNCLASSIFIED//FOUO MAINT & TESTING OF FIRE DETECTION & SUPPRESSION EQMNT

 Mission Partner: AMC: IMCOM  MICC Office: Carlisle Barracks  SBP Email: [email protected]  Requirement: TESTING OF FIRE DET SYSTEMS • Forecasted Award Date: 1 Sept 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 1 Sept 2021 – 31 Aug 2023 – PLEASE VERIFY • Contract Type: FFP • Place of Performance: Carlisle Barracks, PA • Anticipated NAICS: 561621 - SECURITY SYSTEMS SERVICES (EXCEPT LOCKSMITHS) • Set-Aside: SMALL BUSINESS

 Current Contract Information: • Current Contract/Order: W91QF019P0071 • Incumbent: MEDIA PLUMBING & HEATING, INC. • Awarded Value: $ 1,030,530 • PoP/Ordering Period: 30 Aug 2019 – 29 Sept 2021 • Set-Aside: SMALL BUSINESS • Previous Source Selection: LPTA • NAICS: 561621 - SECURITY SYSTEMS SERVICES (EXCEPT LOCKSMITHS)

52 UNCLASSIFIED//FOUO FDO Fort Eustis

Fort Eustis

53 UNCLASSIFIED//FOUO Foreign Language Training Support Services - Defense Language Institute Foreign Language Center (DLIFLC)  Mission Partner: TRADOC (Ft. Eustis, VA)  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: DLIFLC provides culturally based foreign language education, training, evaluation and sustainment to enhance the security of the nation here and abroad. As the Defense Department’s premier foreign language provider, DLIFLC teaches 21 languages annually to over 3,500 students from all four branches of the military service. • Forecasted Award Date: Oct 2021 • Forecasted Solicitation Date: Feb 2021 • Estimated PoP/Ordering Period: Oct 2021 – Sept 2026 • Contract Type: TBD • Place of Performance: Northern Virginia • Anticipated NAICS: 611630 - LANGUAGE SCHOOLS • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S0-17-D-0009 – 0013 • Incumbent: International Communications Associates; Washington Language Center, LLC; International Center for Language Studies; Language Associates, LLC; and Dictyon, LLC • Awarded Value: $138M • PoP/Ordering Period: 22 December 2016 – 30 September 2021 • Set-Aside: Suite 1 – 100% SBSA / Suite 2 Unrestricted • Previous Source Selection: Trade-off • NAICS: 611630 - LANGUAGE SCHOOLS

54 UNCLASSIFIED//FOUO

Ft. Rucker Fixed Wing Migrated Action  Mission Partner: Aviation COE (Ft. Rucker, AL)  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: Conduct the following US Army and US Air Force fixed wing courses: C-12 Aviator Qualification Course (C-12 AQC), C-12 Instructor Pilot Course (C-12 IPC), C-12 Aviator Refresher Course (C-2 REF), C-12 Aviator Qualification Course (USAF) (C-12 AQC (USAF)), C-12 Instructor Pilot Course (USAF) (C-12 AQC (USAF)), C-12 Aviator Refresher Course (USAF) (C-12 REF (USAF)), and the Initial Entry Fixed Wing C-12 Track (C-12 TRACK). • Forecasted Award Date: March 2022 • Forecasted Solicitation Date: October 2021 • Estimated PoP/Ordering Period: March 2022 – February 2030 • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 611512 - FLIGHT TRAINING • Set-Aside: N/A  Current Contract Information: • Current Contract/Order: W911S0-15-C-0003 • Incumbent: CAE • Awarded Value: $195M • PoP/Ordering Period: 3 June 2015 – 9 March 2024 • Set-Aside: Unrestricted • Previous Source Selection: Hybrid • NAICS: 611512 - FLIGHT TRAINING

55 UNCLASSIFIED//FOUO Migrated Combined Arms Command MA IDIQ Action  Mission Partner: TRADOC - CAC (Ft. Leavenworth, KS)  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: CAC serves as the core function lead for leader development, education, lessons learned, doctrine, functional training, and training support. The USACAC accomplishes this mission through the full spectrum of training, education and scientific research services; through exploitation of existing and emerging technologies; studies and analyses; experiments; exercises; training and doctrine development, and supplemental /supporting tasks. • Forecasted Award Date: August 2022 • Forecasted Solicitation Date: December 2021/January 2022 • Estimated PoP/Ordering Period: 15 November 2022 – 14 November 2027 • Contract Type: FFP • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 541690 - OTHER SCIENTIFIC AND TECHNICAL CONSULTING SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91QF4-17-D-0001-0009 & 0011 • Incumbent: BMA, BAH, Cubic, GDIT, Leidos, Logistics & Technology Services, nFocus, Training Technologies & Support, Trideum, Yorktown Systems Group • Awarded Value: $231M • PoP/Ordering Period: 15 November 2017 – 14 November 2022 • Set-Aside: Partial SB set-aside • Previous Source Selection: LPTA

• NAICS: 541690 - OTHER SCIENTIFIC56 AND TECHNICAL CONSULTING UNCLASSIFIED//FOUO Army Virtual Learning Environment (AVLE)

 Mission Partner: TRADOC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: To provide a virtual learning environment for Training and Education (T&E) products in support of the Department of the Army. • Forecasted Award Date: October 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: February 2023 – January 2028 • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S0-18-D-0008-0013 • Incumbent: ACLC, LLC; StraCon Service Group, LLC; Webworld Technologies, Inc.; • NIS-KeyBridge LLC; CPC2 Joint Venture LLC; and Dawson-Innové Joint Venture, LLC • Awarded Value: $150M • PoP/Ordering Period: 20 December 2017 – 21 February 2023 • Set-Aside: 8(a) competitive • Previous Source Selection: Trade-off • NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES

57 UNCLASSIFIED//FOUO

Remote Signal Training Sites Migrated Action  Mission Partner: Cyber COE, TRADOC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: The RSTS sites, under the direction of the RSTS Directorate, have established standardized and information sharing processes. These items include an RSTS website, RSTS course catalog, Army Training Resources and Requirements (ATRRS) code structure, 114 courses (59 base course with 65 course length variations of the base courses), procurement procedures, training request process, a Standard Operating Procedure, course scheduling and student tracking procedures, course pass rate and student load tracking, and commercial training product awareness. • Forecasted Award Date: January 2023 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: March 2023 – February 2028 (estimate) • Contract Type: FFP • Place of Performance: Fort Gordon, GA • Anticipated NAICS: TBD • Set-Aside: TBD

 Current Contract Information: Currently an offload to ACC

58 UNCLASSIFIED//FOUO Migrated Aviation Maintenance Action

 Mission Partner: MCOE TRADOC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: The primary requirement of this contract is to provide aircraft maintenance and logistics services in support of aviation / related ground support operations for Maneuver Center of Excellence (USAMCOE) at Fort Benning, Georgia. • Forecasted Award Date: April 2022 • Forecasted Solicitation Date: Fall 2021 • Estimated PoP/Ordering Period: 28 June 2022 – 27 June 2027 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 488190 - OTHER SUPPORT ACTIVITIES FOR AIR TRANSPORTATION Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SF-19-C-0019 • Incumbent: Advanced Technology Systems • Awarded Value: $18M • PoP/Ordering Period: 28 June 2019 – 27 June 2024 (early re-compete due to change in scope) • Set-Aside: SB • Previous Source Selection: LPTA/Trade-off • NAICS: 488190 - OTHER SUPPORT ACTIVITIES FOR AIR TRANSPORTATION

59 UNCLASSIFIED//FOUO WATERCRAFT MAINTENANCE

 Mission Partner: 7th Transportation Brigade  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: Field Level Watercraft Maintenance and Repair services to support their inventory of Army vessels and watercraft systems. The contractor shall provide skilled labor to perform Periodic Maintenance Checks and Services and Work Order Repairs on multiple Army watercraft systems located in the U.S. Army's 3rd Port area.  Forecasted Award Date: September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541330 - ENGINEERING SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W911S0-17-P-0052 • Incumbent: AMTIS, INC. • Awarded Value: $3.9M • PoP/Ordering Period: 6 Sep 2017 – 17 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541330 - ENGINEERING SERVICES

60 UNCLASSIFIED//FOUO RMAD MOBILE APP  Mission Partner: TRADOC - CAC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: Provide services for mobile applications (mApps) and products. These mobile applications include reference material, performance support/job aids, and supplemental training material for delivery on multiple mobile device platforms such as Android, Windows, and IOS. Analysis products and reports and other documentation are use as mobile friendly websites to modify public website pages.  Forecasted Award Date: June 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W911S0-18-P-0020 • Incumbent: SOLERS RESEARCH GROUP INC.. • Awarded Value: $3.1M • PoP/Ordering Period: 25 May 2018 – 24 Jun 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES

61 UNCLASSIFIED//FOUO COMMANDER DASHBOARD

 Mission Partner: TRADOC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: Management and maintenance of the Army Capabilities Integration Center (ARCIC) Task Management Tools in support of operational processes, information flows, reporting and data analytics.  Forecasted Award Date: June 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W911S0-18-P-0029 • Incumbent: OSI VISION LLC • Awarded Value: $2.3M • PoP/Ordering Period: 29 Jun 2018 – 29 Jun 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

62 UNCLASSIFIED//FOUO JCIDS ANALYST

 Mission Partner: TRADOC - CAC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: JCIDS analysis, architecture support, and requirements document development to provide synergy and focus for the Material Developer in support of the Live Training Environment (LTE) of the current and future force. • Forecasted Award Date: June 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W911S0-18-P-0052 • Incumbent: TJFACT, LLC • Awarded Value: $2.7M • PoP/Ordering Period: 25 Sep 2018 – 27 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

63 UNCLASSIFIED//FOUO ATSC WAREHOUSE

 Mission Partner: TRADOC - CAC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: CONTRACTOR OPERATION OF ATSC WAREHOUSE  Forecasted Award Date: August 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 493110 - GENERAL WAREHOUSING AND STORAGE • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W911S0-19-P-0021 • Incumbent: LR-ASSOCIATES, LLC • Awarded Value: $2.1M • PoP/Ordering Period: 27 Aug 2018 – 31 Aug 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 493110 - GENERAL WAREHOUSING AND STORAGE

64 UNCLASSIFIED//FOUO LIFELONG LEARNING CENTER

 Mission Partner: TRADOC - CAC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: Lifelong Learning Center Support  Forecasted Award Date: August 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S0-20-C-0008 • Incumbent: CHOISYS TECHNOLOGY INC. • Awarded Value: $12M • PoP/Ordering Period: 14 Sep 2020 – 16 Aug 2024 • Set-Aside: SB • Previous Source Selection: Trade -Off • NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES

65 UNCLASSIFIED//FOUO CLOUD CYBERSECURITY

 Mission Partner: TRADOC - CAC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: Cybersecurity Engineering Assistance Embedded Support for Risk Management Framework (RMF) of the TRADOC Consolidated Commercial Cloud (TCCC) Environment.  Forecasted Award Date: September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S0-20-P-0041 • Incumbent: ETRANSERVICES CORP. • Awarded Value: $2.4M • PoP/Ordering Period: 24 Sep 2020 – 24 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES

66 UNCLASSIFIED//FOUO CAPTAIN’S COURSE

 Mission Partner: TRADOC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: Provide training and education (T&E) products in support of the Maneuver Captains Career Course-Reserve Component (MCCC-RC) is currently conducted in 4 phases; phases 2 and 4 are resident and phases 1 and 3 are distributed learning (DL).  Forecasted Award Date: December 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S0-20-P-0042 • Incumbent: TIPPING POINT SOLUTIONS, INC. • Awarded Value: $1.4M • PoP/Ordering Period: 22 Sep 2020 – 27 Dec 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES

67 UNCLASSIFIED//FOUO CLOUD SERVICES

 Mission Partner: TRADOC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: TRADOC G-6 CLOUD ENGINEERING SUPPORT SERVICES  Forecasted Award Date: September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541330 - ENGINEERING SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S0-20-P-0043 • Incumbent: TERASENSE, INC. • Awarded Value: $1M • PoP/Ordering Period: 24 Sep 2020 – 23 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541330 - ENGINEERING SERVICES

68 UNCLASSIFIED//FOUO ALEC COURSES

 Mission Partner: TRADOC - DLIFLC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: Design and develop ALEC III courses in four target languages: Arabic (AD), Chinese Mandarin (CM), French (FR),and Russian (RU).  Forecasted Award Date: May 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S0-20-P-0045 • Incumbent: POTAWATOMI TRAINING, LLC • Awarded Value: $5.5M • PoP/Ordering Period: 25 Sep 2020 – 29 May 2022 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES

69 UNCLASSIFIED//FOUO DTF MANAGERS

 Mission Partner: DISTRIBUTED LEARNING SYSTEM (DLS)  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: The managers are responsible for scheduling the use of DTF’s as well as providing hands on assistance to the DLS Enterprise Management System (EMS) staff.  Forecasted Award Date: June 2021  Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S0-18-F-0050 • Incumbent: ENGENIUS CONSULTING GROUP INC. • Awarded Value: $20.2M • PoP/Ordering Period: 6 Sep 2018 – 5 Jun 2021 • Set-Aside: SB • Previous Source Selection: GSA • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

70 UNCLASSIFIED//FOUO DART

 Mission Partner: TRADOC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: DISTRIBUTED LEARNING (DL) DIAGNOSTIC, ADVISEMENT AND TECHNICAL RESEARCH (DATR)  Forecasted Award Date: September 2021  Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S0-19-F-0411 • Incumbent: KEYBRIDGE TECHNOLOGIES, INC. • Awarded Value: $3M • PoP/Ordering Period: 20 Sep 2019 – 22 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: GSA • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

71 UNCLASSIFIED//FOUO ATIA SUSTAINMENT

 Mission Partner: TRADOC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: Training Information Architecture (ATIA) Application Sustainment support for the ATIA Applications  Forecasted Award Date: August 2022 • Forecasted Solicitation Date: Apr 2022 • Estimated PoP/Ordering Period: 1 Sept 2022 – 31 Aug 2027 • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W911S017C0015 • Incumbent: ACQUISITION LOGISTICS SUPPORT GROUP. • Awarded Value: $23.7M • PoP/Ordering Period: 22 Sept 2017 – 31 Aug 2022 • Set-Aside: 8(a) Competitive • Previous Source Selection: LPTA • NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES

72 UNCLASSIFIED//FOUO ATIS ATIA ANALYSIS

 Mission Partner: TRADOC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: Areas of Functional Analysis, Technical Reviews, User Training and Tier 2 Help Desk support for the ATIA Legacy Applications  Forecasted Award Date: Sept 2022 • Forecasted Solicitation Date: Apr 2022 • Estimated PoP/Ordering Period: 1 Sept 2022 – 31 Aug 2027 • Contract Type: FFP • Place of Performance: Fort Eustis, VA • Anticipated NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S017C0014 • Incumbent: CALNET, INC. • Awarded Value: $11.9M • PoP/Ordering Period: 27 Sept 2017 – 31 Aug 2022 • Set-Aside: Unrestricted • Previous Source Selection: LPTA • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

73 UNCLASSIFIED//FOUO ISRMAT  Mission Partner: TRADOC  MICC Office: Fort Eustis  SBP Email: [email protected]  Requirement: The ISR Integration Directorate is responsible for researching, developing, and characterizing current and future threat signatures, patterns, and processes for application in the development of ISR concepts, systems, doctrine, force design, and training development and in support of all Modeling and Simulation (M&S) efforts.  Forecasted Award Date: Aug 2022 • Forecasted Solicitation Date: Apr 2022 • Estimated PoP/Ordering Period: 10 Sept 2022 – 9 Sept 2026 • Contract Type: FFP • Place of Performance: Newport News, VA and CENTCOM • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S018C0002 • Incumbent: BKM GLOBAL ENTERPRISES • Awarded Value: $13M • PoP/Ordering Period: 10 Sept 2018 – 9 Sept 2022 • Set-Aside: SDVOSB • Previous Source Selection: LPTA • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES 74 UNCLASSIFIED//FOUO FDO Fort Eustis

Fort Gordon

75 UNCLASSIFIED//FOUO TECHNICAL INSTRUCTIONAL SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Provide Instructional and Content Development Support for the Cyber School, Cyber Center of Excellence (CCoE), Fort Gordon, GA.  Forecasted Award Date: 25 Jun 2021 • Forecasted Solicitation Date: 15 Apr 2021 • Estimated PoP/Ordering Period: 2 Jul 2021 – 1 Jul 2024 • Contract Type: FFP • Place of Performance: Fort Gordon, GA • Anticipated NAICS: 611430 – Professional and Management Development Training • Set-Aside: SB  Current Contract Information: • Current Contract/Order: W9124918C0003 • SILOTECH GROUP, INC • Awarded Value: $5.1M • PoP/Ordering Period: 2 Apr 2018 – 01 Aug 2021 (Invoked 52.217-8 clause) • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 611430 – Professional and Management Development Training

76 UNCLASSIFIED//FOUO LODGING  Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Lodging for Service Members • Forecasted Award Date: 1 AUG 2023 • Forecasted Solicitation Date: 1 MAY 2023 • Estimated PoP/Ordering Period: 1 AUG 2023 - 31 JUL 2027 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 721110 - HOTELS (EXCEPT CASINO HOTELS) AND MOTELS - VERIFY • Set-Aside: UNRESTRICTED  Current Contract Information: • Current Contract/Order: W9124918A0002, W9124918A0003, W9124918A0005, W9124918A0006, W9124918A0007, W9124919A0001 • Incumbent: R A O HOSPITALITY, LLC; STAYBRIDGE SUITES AUGUSTA; COUNTRY INN & SUITES; CLAUSSEN HOSPITALITY, LLC; AUGUSTA EXCELLENCE HOSPITALITY LLC; KISHIN HOSPITALITY, LLC • Awarded Value: $1,000,000 • PoP/Ordering Period: 6 JUL 2018 – 31 JUL 2023 • Set-Aside: Unrestricted • Previous Source Selection: LPTA • NAICS: 721110 - HOTELS (EXCEPT CASINO HOTELS) AND MOTELS

77 UNCLASSIFIED//FOUO CABLING SERVICES

 Mission Partner: USARCYBER  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Ongoing cabling support for Fort Gordon, Georgia and other areas serviced by Fort Gordon Network Enterprise Center NEC. • Forecasted Award Date: 15 DEC 2022 • Forecasted Solicitation Date: 1 AUG 2022 • Estimated PoP/Ordering Period: 15 DEC 2022 - 24 AUG 2027 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 238210 - ELECTRICAL CONTRACTORS AND OTHER WIRING INSTALLATION CONTRACTORS • Set-Aside: 8(a) SOLE SOURCE  Current Contract Information: (If new put N/A here) • Current Contract/Order: W9124918D0001 • Incumbent: INDIGENOUS TECHNOLOGIES, LLC • Awarded Value: $7,000,000 • PoP/Ordering Period: 15 DEC 2017 – 14 DEC 2022 • Set-Aside: 8(a) • Previous Source Selection: Trade-off • NAICS: 238210 - ELECTRICAL CONTRACTORS AND OTHER WIRING INSTALLATION CONTRACTORS

78 UNCLASSIFIED//FOUO JOB ORDER CONTRACT

 Mission Partner: AMC: IMCOM  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Broad range of general construction intended to provide rapid response for new construction, rehabilitation, modernization, or repair of real property relating but not limited to civil, mechanical, conveyance, plumbing, structural, electrical, life safety and instrumentation and heating, ventilation and air condition (HVAC) systems and components. • Forecasted Award Date: 1 SEPT 2023 • Forecasted Solicitation Date: 1 MAY 2023 • Estimated PoP/Ordering Period: 1 SEPT 2023 – 31 MAR 2028 • Contract Type: FFP/CPFF/ETC • Place of Performance: Fort Gordon, GA and Lake Thurmond, GA • Anticipated NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION • Set-Aside: HUBZONE  Current Contract Information: • Current Contract/Order: W9124917D0002 • Incumbent: ASHFORD LEEBCOR JV LLC • Awarded Value: $25,000,000 • PoP/Ordering Period: 28 SEPT 2017 – 1 SEPT 2023 • Set-Aside: HUBZONE • Previous Source Selection: LPTA • NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING

CONSTRUCTION 79 UNCLASSIFIED//FOUO CCOE CYBERSECURITY TRAINING SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: COMM Cybersecurity trng crses & associated materials to prepare Soldiers in MOS 255S Information Protection Technician, 25D Cyber Network Defenders at both Skill Levels 3, 4 & 17A Cyber Officer, to achieve certifications necessary to align soldiers with rqmts of DOD Directive 8570.01-M. • Forecasted Award Date: 1 JUL 2024 • Forecasted Solicitation Date: 1 MAR 2024 • Estimated PoP/Ordering Period: 1 JUL 2024 – 30 JUN 2029 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: UNRESTRICTED  Current Contract Information: (If new put N/A here) • Current Contract/Order: W911S019D0009 • Incumbent: ESCAL INSTITUTE OF ADVANCED TECHNOLOGIES, INC., THE • Awarded Value: $47,969,000 • PoP/Ordering Period: 28 JUN 2019 – 30 JUN 2024 • Set-Aside: Unrestricted • Previous Source Selection: LPTA • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING 80 UNCLASSIFIED//FOUO SERVER AND NETWORK SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Server and network support personnel for the Ordnance School. • Forecasted Award Date: 22 JUN 2021 • Forecasted Solicitation Date: 1 MAR 2021 • Estimated PoP/Ordering Period: 22 JUN 2021 – 21 JUN 2022 • Contract Type: FFP • Place of Performance: Fort Gordon, GA • Anticipated NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124920P0040 • Incumbent: CREATIVE BUSINESS SOLUTIONS, INC. • Awarded Value: $1,511,821 • PoP/Ordering Period: 19 JUN 2020 – 21 JUN 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES

81 UNCLASSIFIED//FOUO INSTRUCTOR/PROGRAM MANAGEMENT SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Instructor personnel needed to augment COMSEC Branch, and enable transition of the MGC Fielding New Equipment Training (NET) into the Signal School MGC Course, and subsequent conduct of enduring sustainment training. • Forecasted Award Date: 6 AUG 2021 • Forecasted Solicitation Date: 1 APRIL 2021 • Estimated PoP/Ordering Period: 22 JUN 2021 – 21 JUN 2024 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124918C0010 • Incumbent: ADVANCED TECHNOLOGY LEADERS, INC • Awarded Value: $2,446,094 • PoP/Ordering Period: 6 AUG 2018 – 5 AUG 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING 82 UNCLASSIFIED//FOUO NETWORK MANAGEMENT AMO

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Network Management includes Signal Network Tech Instructor Writer, Program Manager and Cyber Cisco Instructors. • Forecasted Award Date: 1 SEPT 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 1 SEPT 2021 – 21 JUN 2024 • Contract Type: FFP/CPFF/ETC • Place of Performance: City/Installation, State • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: SDVOSB  Current Contract Information: • Current Contract/Order: W9124918C0015 • Incumbent: OPEN SAN CONSULTING L.L.C. • Awarded Value: $2,550,919 • PoP/Ordering Period: 9 SEPT 2018 – 31 AUG 2021 • Set-Aside: SDVOSB • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

83 UNCLASSIFIED//FOUO CONCEPT SUPPORT SERVICES

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Concepts Experimentation Support Services for the Cyber Battle Lab, CDID • Forecasted Award Date: 1 JUN 2021 • Forecasted Solicitation Date: 1 FEB 2021 • Estimated PoP/Ordering Period: 1 JUN 2021 – 21 JUN 2026 • Contract Type: FFP • Place of Performance: Fort Gordon, GA • Anticipated NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124916P0078 • Incumbent: ESCIENCE AND TECHNOLOGY SOLUTIONS, INCORPORATED • Awarded Value: $2,768,035 • PoP/Ordering Period: 31 MAY 2016 – 31 MAY 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

84 UNCLASSIFIED//FOUO TRAINING TECHNICIANS SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: for the new Basic Officer Leader Course (BOLC) – Branch (B). Duties include planning, implementation and recovery of Field Training Exercise (FTX). • Forecasted Award Date: 11 SEPT 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 11 SEPT 2021 – 21 JUN 2024 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124918P0141 • Incumbent: ADVANCED TECHNOLOGY LEADERS, INC • Awarded Value: $2,900,669 • PoP/Ordering Period: 20 SEPT 2018 – 10 SEPT 2021 • Set-Aside: 8(a) SOLE SOUCE • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

85 UNCLASSIFIED//FOUO SANS TRAINING

 Mission Partner: USARCYBER  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Advanced Cyber Expertise Training support with a secret facility clearance. • Forecasted Award Date: 30 SEPT 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 30 SEPT 2021 – 29 SEPT 2022 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124920C0024 • Incumbent: PATRIOT STRATEGIES, LLC • Awarded Value: $3,100,000 • PoP/Ordering Period: 21 SEPT 2020 – 29 SEPT 2021 • Set-Aside: 8(a) • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

86 UNCLASSIFIED//FOUO FA26 (FA24/FA53) PROGRAM SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Graduate level course development and instruction for the FA26 (Formerly FA24/FA53) Area of Concentrations (AOC) which will produce qualified Functional Area 26 officers IAW DA Pam 600-3, Chapter 21 and Chapter 22. • Forecasted Award Date: 29 SEPT 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 29 SEPT 2021 – 28 SEPT 2026 • Contract Type: FFP/CPFF/ETC • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124917C0164 • Incumbent: ICP SYSTEMS LLC • Awarded Value: $3,103,501 • PoP/Ordering Period: 19 SEPT 2017 – 28 SEPT 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING 87 UNCLASSIFIED//FOUO CYBER SUPPORT

 Mission Partner: HQ, AFC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Provide brief details in a few sentences. • Forecasted Award Date: 29 APR 2021 • Forecasted Solicitation Date: XX Month XXXX • Estimated PoP/Ordering Period: 29 APR 2021 – 28 SEPT 2026 • Contract Type: FFP/CPFF/ETC • Place of Performance: City/Installation, State • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES • Set-Aside: XXXXX  Current Contract Information: (If new put N/A here) • Current Contract/Order: W9124920C0012 • Incumbent: ADVANCED TECHNOLOGY LEADERS, INC • Awarded Value: $3,177,499 • PoP/Ordering Period: 21 APR 2020 – 28 APR 2021 • Set-Aside: 8(a) • Previous Source Selection: Trade-off • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

88 UNCLASSIFIED//FOUO Joint Command, Control, Communication, and Computer (C4) Planners Course  Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Joint Command, Control, Communication, and Computer (C4) Planners Course (JC4PC) training to a diverse array of Communications Officers, Staff Planners, and Senior Staff Non-Commissioned Officers from the US Army, Air Force, Navy and Marines. • Forecasted Award Date: 29 SEPT 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 29 SEPT 2021 – 28 SEPT 2025 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124917P0068 • Incumbent: C4 PLANNING SOLUTIONS, LLC • Awarded Value: $3,294,562 • PoP/Ordering Period: 27 SEPT 2017– 28 SEPT 2021 • Set-Aside: 8(a) • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING 89 UNCLASSIFIED//FOUO DOCTRINE SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: write, analyze, research, disseminate, and publish Signal, Cyberspace and electronic warfare doctrine and doctrine related publications and products. • Forecasted Award Date: 29 SEPT 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 29 SEPT 2021 – 28 SEPT 2025 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124920C0018 • Incumbent: ADVANCED TECHNOLOGY LEADERS, INC • Awarded Value: $3,398,314 • PoP/Ordering Period: 18 SEPT 2020 – 28 SEPT 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

90 UNCLASSIFIED//FOUO LESSONS LEARNED SERVICES  Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Collect, review and analyze trends at the tactical, operational and strategic level; monitor Army lessons and best practices collection activities; analyze information and observations derived from both actual (i.e. combat, peacekeeping, training) operations and Combat Training Center (CTC) operations.  Forecasted Award Date: 29 SEPT 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 29 SEPT 2021 – 28 SEPT 2024 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: 8(a)  Current Contract Information: (If new put N/A here) • Current Contract/Order: W9124918C0016 • Incumbent: ASRC FEDERAL CYBER, LLC • Awarded Value: $3,838,280 • PoP/Ordering Period: 19 SEPT 2018 – 28 SEPT 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING 91 UNCLASSIFIED//FOUO FUTURE FORCE LABOR SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected] Requirement: Production of training products used by the government to implement new CCoE Weapon Systems Training. This effort includes duties to support TSP development, verification and evaluation.  Forecasted Award Date: 26 SEPT 2021 • Forecasted Solicitation Date: 1 APR 202`1 • Estimated PoP/Ordering Period: 26 SEPT 2021 – 28 SEPT 2024 • Contract Type: FFP  Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124917C0167 • Incumbent: GRAHAM TECHNOLOGIES LLC • Awarded Value: $4,120,490 • PoP/Ordering Period: 19 SEPT 2017 – 25 SEPT 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING 92 UNCLASSIFIED//FOUO CUSTODIAL SERVICES

 Mission Partner: INSCOM  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Custodial Services • Forecasted Award Date: 29 SEPT 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 29 SEPT 2021 – 28 SEPT 2024 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 561720 - JANITORIAL SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124918C0019 • Incumbent: LR-ASSOCIATES, LLC • Awarded Value: $4,139,313 • PoP/Ordering Period: 29 SEPT 2018 – 28 SEPT 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 561720 - JANITORIAL SERVICES

93 UNCLASSIFIED//FOUO USACYS VTA ADMIN & INSTRUCTOR SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: AMO-20-530, Virtual Training Area (VTA) Administrator and Instructor Support • Forecasted Award Date: 1 AUG 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 1 AUG 2021 – 28 SEPT 2024 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124920C0016 • Incumbent: SILOTECH GROUP, INC • Awarded Value: $4,284,305 • PoP/Ordering Period: 31 JUL 2020 – 31 JUL 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

94 UNCLASSIFIED//FOUO JOINT CURRICULUM INSTRUCTIONAL SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Instructional Support for the U.S. Army Cyber School. • Forecasted Award Date: 28 SEPT 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 28 SEPT 2021 – 28 SEPT 2022 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: WOSB  Current Contract Information: (If new put N/A here) • Current Contract/Order: W9124920C0022 • Incumbent: ADVANCED TECHNOLOGY LEADERS, INC. • Awarded Value: $4,675,987 • PoP/Ordering Period: 24 SEPT 2020 – 27 SEPT 2021 • Set-Aside: WOSB SET-ASIDE • Previous Source Selection: Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

95 UNCLASSIFIED//FOUO PME-ULO INSTRUCTIONAL SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Support US Army Cyber School Operations training - Unified Land Operations Training Instructional Support • Forecasted Award Date: 1 JUL 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 1 JUL 2021 – 30 JUN 2022 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: SMALL BUSINESS  Current Contract Information: • Current Contract/Order: W9124921C0001 • Incumbent: ADVANCED TECHNOLOGY LEADERS, INC. • Awarded Value: $6,264,504 • PoP/Ordering Period: 1 OCT 2020 – 30 JUN 2021 • Set-Aside: SMALL BUSINESS • Previous Source Selection: LPTA/Trade-off • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

96 UNCLASSIFIED//FOUO SUSTAINMENT – BLDGS & STRUCTURES  Mission Partner: AMC: IMCOM  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Provide brief details in a few sentences. • Forecasted Award Date: 1 NOV 2021 • Forecasted Solicitation Date: XX Month XXXX • Estimated PoP/Ordering Period: 1 NOV 2021 – 31 OCT 2022 • Contract Type: FFP/CPFF/ETC • Place of Performance: City/Installation, State • Anticipated NAICS: 561210 - FACILITIES SUPPORT SERVICES • Set-Aside: XXXXX  Current Contract Information: (If new put N/A here) • Current Contract/Order: W9124920C0028 • Incumbent: RE-ENGINEERED BUSINESS SOLUTIONS, INC. • Awarded Value: $6,618,757 • PoP/Ordering Period: 29 SEPT 2020 – 31 OCT 2021 • Set-Aside: Unrestricted/WOSB/SDVOSB/8(a)/etc. • Previous Source Selection: LPTA/Trade-off • NAICS: 561210 - FACILITIES SUPPORT SERVICES

97 UNCLASSIFIED//FOUO OpenStack Engineers  Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Provide the U.S. Army Cyber School with qualified OpenStack Engineers to build and support the Virtual Training Area (VTA) • Forecasted Award Date: 30 SEPT 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 30 SEPT 2021 – 31 OCT 2022 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES • Set-Aside: Unrestricted  Current Contract Information: • Current Contract/Order: W9124920C0017 • Incumbent: GLOBAL INFOTEK, INC. • Awarded Value: $8,927,804 • PoP/Ordering Period: 3 AUG 2020 – 29 SEPT 2021 • Set-Aside: Unrestricted • Previous Source Selection: LPTA/Trade-off • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

98 UNCLASSIFIED//FOUO G6 IT SUPPORT  Mission Partner: TRADOC  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: IT services and support at the Non-Secure Internet Protocol Router (NIPRNET), Secure Internet Protocol Router (SIPRNET), and Joint Worldwide Intelligence Communications System (JWICS) levels.  Forecasted Award Date: 29 JUL 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 29 JUL 2021 – 28 JUL 2022 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124920C0009 • Incumbent: KUPONO GOVERNMENT SERVICES, LLC • Awarded Value: $21,803,398 • PoP/Ordering Period: 18 MAR 2020 – 28 JUL 2021 • Set-Aside: 8(a) • Previous Source Selection: LPTA/Trade-off • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

99 UNCLASSIFIED//FOUO CH50091-2P RENOVATE & EXPAND BLDG 29608  Mission Partner: AMC: IMCOM  MICC Office: Fort Gordon  SBP Email: [email protected]  Requirement: Provide brief details in a few sentences. • Forecasted Award Date: 18 NOV 2021 • Forecasted Solicitation Date: 1 MAY 2021 • Estimated PoP/Ordering Period: 18 NOV 2021 – 17 NOV 2022 • Contract Type: FFP • Place of Performance: Fort Gordon • Anticipated NAICS: 541611 - ADMINISTRATIVE MANAGEMENT AND GENERAL MANAGEMENT CONSULTING SERVICES 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124920D0008 W9124920F0351 • Incumbent: REAMS ENTERPRISES INC. • Awarded Value: $2,619,110 • PoP/Ordering Period: 29 SEPT 2020 – 17 NOV 2021 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

100 UNCLASSIFIED//FOUO BASOPS  Mission Partner: MEDCOM  MICC Office: Fort Gordon  SBP Email: [email protected] (SBP Info)  Requirement: Mobilization and Other Contingency Planning; Work Management and Administration; Project Accomplishment; Environmental Effects Services; Pest Control Services; Facilities Maintenance and Repair Services; Grounds Maintenance - Surfaced and Unsurfaced Areas; Plant Operations Services and Miscellaneous Services; Real Property Maintenance Activity Supply and U-DO-IT Services; and Unaccompanied Personnel Housing (UPH). • Forecasted Award Date: 1 OCT 2023 • Forecasted Solicitation Date: 1 MAY 2023 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: City/Installation, State • Anticipated NAICS: N/A • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124919C0003 • Incumbent: N/A • Awarded Value: $30,408,983 • PoP/Ordering Period: 1 DEC 2018 – 30 SEPT 2023 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS:N/A

101 UNCLASSIFIED//FOUO FDO Fort Eustis

Fort Leavenworth

102 UNCLASSIFIED//FOUO SRM PROJECTS  Mission Partner: IMCOM  MICC Office: Fort Leavenworth  SBP Email: [email protected]  Requirement: BPA for various sustainment, restoration, and modernization (SRM) projects. • Forecasted Award Date: Jan 2023 • Forecasted Solicitation Date: Jul 2022 • Estimated PoP/Ordering Period: TBD • Contract Type: BPA FFP • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W91QF419G0001 - 0007 • Incumbent: VARIOUS • Awarded Value: $4M • PoP/Ordering Period: 25 Jan 2019 – 30 Jan 2023 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

103 UNCLASSIFIED//FOUO REFUSE RECYCLING

 Mission Partner: IMCOM  MICC Office: Fort Leavenworth  SBP Email: [email protected]  Requirement: To perform pickup, collection, transportation and disposal (waste management services) of refuse and recyclables on Fort Leavenworth.  Forecasted Award Date: Sept 2022 • Forecasted Solicitation Date: Jun 2022 • Estimated PoP/Ordering Period: 28 Sept 2022 – 27 Sept 2027 • Contract Type: FFP • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 562111 - SOLID WASTE COLLECTION • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91QF417C0009 • Incumbent: SEA COAST DISPOSAL, INC • Awarded Value: $2.8M • PoP/Ordering Period: 30 Aug 2017 – 27 Sept 2022 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 562111 - SOLID WASTE COLLECTION

104 UNCLASSIFIED//FOUO ACADEMIC NETWORK SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Leavenworth  SBP Email: [email protected]  Requirement: To provide a full range of IT and support services to systems (hardware and software), infrastructure (including network support) maintenance and operation of the .edu network for the entire DLIFLC campus.  Forecasted Award Date: Oct 2022 • Forecasted Solicitation Date: May 2022 • Estimated PoP/Ordering Period: 24 Oct 2022 – 23 Oct 2027 • Contract Type: FFP • Place of Performance: POM, CA • Anticipated NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124N18F0010 • Incumbent: LINTECH GLOBAL, INC. • Awarded Value: $23M • PoP/Ordering Period: 10 Oct 2019 – 23 Oct 2022 • Set-Aside: FAIR OPP • Previous Source Selection: GSA STARS II • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

105 UNCLASSIFIED//FOUO TRANSPORTATION BPA

 Mission Partner: Army Sustainment Command (ASC)  MICC Office: Fort Leavenworth  SBP Email: [email protected]  Requirement: Local and direct procurement moves for eligible service member’s household goods and hold baggage by the local Logistics Readiness Command (LRC)  Forecasted Award Date: December 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: BPA FFP • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 484210 - USED HOUSEHOLD AND OFFICE GOODS MOVING • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W91QF4-16-A-0002 • Incumbent: JAMES B. STUDDARD TRANSFER AND STORAGE COMPANY, INC. • Awarded Value: $2M • PoP/Ordering Period: 30 Dec 2015 – 31 Dec 2021 • Set-Aside: SB • Previous Source Selection: IFB • NAICS: 484210 - USED HOUSEHOLD AND OFFICE GOODS MOVING

106 UNCLASSIFIED//FOUO PAINTING

 Mission Partner: IMCOM  MICC Office: Fort Leavenworth  SBP Email: [email protected]  Requirement: PAINT ALL PREVIOUSLY AND MINOR REPAIRS TO INTERIOR AND EXTERIOR SURFACES  Forecasted Award Date: June 2023 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: IDIQ • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 238320 - PAINTING AND WALL COVERING CONTRACTORS • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W91QF4-20-D-0003 • Incumbent: MDM CONSTRUCTION, LLC • Awarded Value: $1.8M • PoP/Ordering Period: 29 Jul 2020 – 31 Jul 2023 • Set-Aside: SB • Previous Source Selection: IFB • NAICS: 238320 - PAINTING AND WALL COVERING CONTRACTORS

107 UNCLASSIFIED//FOUO ARMY U GRE BPA

 Mission Partner: TRADOC  MICC Office: Fort Leavenworth  SBP Email: [email protected]  Requirement: Blanket purchase agreement to provide test vouchers for the computer based Graduate Record Examination (GRE) General Test  Forecasted Award Date: June 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: BPA FFP • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 611710 - EDUCATIONAL SUPPORT SERVICES • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W91QF4-19-A-0013 • Incumbent: EDUCATIONAL TESTING SERVICE • Awarded Value: $4.1M • PoP/Ordering Period: 20 Jun 2016 – 16 Jun 2024 • Set-Aside: Sole Source • Previous Source Selection: Sole Source • NAICS: 611710 - EDUCATIONAL SUPPORT SERVICES

108 UNCLASSIFIED//FOUO FULL FOOD SERVICE

 Mission Partner: ASC  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: Full food services • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 722310 - FOOD SERVICE CONTRACTORS • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W91QF4-17-C-0001 • Incumbent: KANSAS DEPARTMENT FOR CHILDREN AND FAMILIES • Awarded Value: $19M • PoP/Ordering Period: 21 Oct 2016 – 19 Apr 2021 • Set-Aside: SBSA with SLA • Previous Source Selection: LPTA • NAICS: 722310 - FOOD SERVICE CONTRACTORS

109 UNCLASSIFIED//FOUO NETWORK ADMIN

 Mission Partner: TRADOC  MICC Office: Fort Leavenworth  SBP Email: [email protected]  Requirement: To provide network engineering and administrator service support for the Command and General Staff College (CGSC) commercial internet  Forecasted Award Date: September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W91QF4-17-C-0006 • Incumbent: FILLCOR L.L.C. • Awarded Value: $1M • PoP/Ordering Period: 27 Jun 2017 – 29 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES

110 UNCLASSIFIED//FOUO MCTP RECOMPETE

 Mission Partner: TRADOC – CAC  MICC Office: Fort Eustis (Migrated Action)  SBP Email: [email protected]  Requirement: Fort Leavenworth Command Training Program (MCTP) simulation training support to train Brigade, Division and Corps, Army Service Component Commands (ASCC) Commanders and the staffs in the exercise of decision-making and command and control skills essential for success in Full Spectrum Operations (FSO).  Forecasted Award Date: October 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 541519 - OTHER COMPUTER RELATED SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W911S0-18-C-0004 • Incumbent: NORTHROP GRUMMAN SYSTEMS CORPORATION. • Awarded Value: $320M • PoP/Ordering Period: 15 Oct 2019 – 14 Oct 2024 • Set-Aside: Unrestricted • Previous Source Selection: Trade-Off • NAICS: 541519 - OTHER COMPUTER RELATED SERVICES

111 UNCLASSIFIED//FOUO CURRICULUM SUPPORT

 Mission Partner: TRADOC – DLIFLC  MICC Office: Fort Leavenworth (Migrated Action)  SBP Email: [email protected]  Requirement: Support DLIFLC in three primary functional areas: 1) production coordination comprising English content editing, page design/layout, and multimedia coordination; 2) programming support for the Universal Curriculum and Assessment Tool (UCAT); 3) program management services.  Forecasted Award Date: October 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 541330 - ENGINEERING SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W9124N-19-F-0002  Incumbent: OBXTEK INC.  Awarded Value: $4.4M • PoP/Ordering Period: 24 Oct 2016 – 28 Oct 2021 • Set-Aside: SB • Previous Source Selection: GSA OASIS • NAICS: 541330 - ENGINEERING SERVICES 112 UNCLASSIFIED//FOUO STUDENT INFORMATION REPOSITORY

 Mission Partner: TRADOC – DLIFLC  MICC Office: Fort Leavenworth (Migrated Action)  SBP Email: [email protected]  Requirement: To provide custom software application development in the accomplishment the Student Information Repository (SIR) Application for the Defense Language Institute Foreign Language Center (DLIFLC).  Forecasted Award Date: September 2023 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Leavenworth, KS • Anticipated NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W9124N-19-F-0021  Incumbent: WORLDVISION TECHNOLOGIES INC  Awarded Value: $3.9M • PoP/Ordering Period: 30 Aug 2019 – 29 Sep 2023 • Set-Aside: FAIR OPP • Previous Source Selection: GSA STARS II • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

113 UNCLASSIFIED//FOUO FDO Fort Eustis

Fort Lee

114 UNCLASSIFIED//FOUO Metal Working and Welding Supplies

 Mission Partner: TRADOC  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: USA-Ordnance School has nine different training divisions that require metalworking and welding supplies are required in direct support of courses 702-91E10/2161; 702- 91E10/1316; 91E10 PH2; 91E30; 914A WOBC/WOAC and H8 ASI training conducted at the US Army Ordnance School, Track, Metalworking and Recovery Training Department.  Forecasted Award Date: August 2023 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: BPA • Place of Performance: Fort Lee, VA • Anticipated NAICS: 333992 - WELDING AND SOLDERING EQUIPMENT MANUFACTURING • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-20-A-0002 • Incumbent: EARLBECK CORPORATION • Awarded Value: $1.5M • PoP/Ordering Period: 21 Aug 2020 – 20 Aug 2023 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 333992 - WELDING AND SOLDERING EQUIPMENT MANUFACTURING 115 UNCLASSIFIED//FOUO MINOR CONSTRUCTION PROJECTS  Mission Partner: IMCOM  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures, such as stadiums, grain elevators, and indoor swimming facilities.  Forecasted Award Date: 30 Sept 2021 • Forecasted Solicitation Date: Jul 2021 • Estimated PoP/Ordering Period: 30 Sept 2021 – 29 Sept 2026 • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W91QF518G0001 • Incumbent: WB CONTRACTING GROUP INC. • Awarded Value: $4M • PoP/Ordering Period: 18 Sept 2019 – 29 Sept 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION 116 UNCLASSIFIED//FOUO FLOORING

 Mission Partner: IMCOM  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: REMOVE/INSTALL CARPET/FLOOR TILE: FURNISH ALL LABOR, SUPERVISION, TRANSPORTATION, MATERIALS, SUPPLIES, TOOLS AND EQUIPMENT  Forecasted Award Date: June 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: IDIQ • Place of Performance: Fort Lee, VA • Anticipated NAICS: 238330 - FLOORING CONTRACTORS • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-17-D-0002 • Incumbent: T. R. SEWARD, INCORPORATED • Awarded Value: $5.8M • PoP/Ordering Period: 27 Jun 2017 – 26 Jun 2022 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 238330 - FLOORING CONTRACTORS

117 UNCLASSIFIED//FOUO ENGINEERING SERVICES

 Mission Partner: IMCOM  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Engineering Services and Architect Design coordination for the preparation of designs, plans, specifications and cost estimates for various projects, designs and/or feasibility studies for new structures, various repairs, alterations and/or improvements to barracks, administrative facilities, warehouses, training buildings and other existing and new facilities.  Forecasted Award Date: January 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: IDIQ • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541330 - ENGINEERING SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-19-D-0001 • Incumbent: PACE COLLABORATIVE, P. C • Awarded Value: $6.5M • PoP/Ordering Period: 18 Dec 2018 – 2 Jan 2024 • Set-Aside: SB • Previous Source Selection: Brooks Act • NAICS: 541330 - ENGINEERING SERVICES

118 UNCLASSIFIED//FOUO FOOD SERVICE

 Mission Partner: ASC  MICC Office: Fort Sam Houston (Migrated Action)  SBP Email: [email protected]  Requirement: To provide installation food service requirements to meet Full Food Service (FFS) needs at four (4) Dining Facilities.  Forecasted Award Date: July 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: IDIQ • Place of Performance: Fort Lee, VA • Anticipated NAICS: 722310 - FOOD SERVICE CONTRACTORS • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-17-D-0003 • Incumbent: CANTU SERVICES, INC. • Awarded Value: $71M • PoP/Ordering Period: 29 Jun 2017 – 31 Jul 2022 • Set-Aside: SB with SLA • Previous Source Selection: LPTA • NAICS: 722310 - FOOD SERVICE CONTRACTORS

119 UNCLASSIFIED//FOUO CULTURAL RESOURCES

 Mission Partner: IMCOM  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: The goal of the Army’s cultural resource management program is to conserve, protect and enhance the cultural resources on Army-controlled lands and comply with all applicable Federal and state laws and regulations while improving the Army’s ability to conduct and maintain military readiness.  Forecasted Award Date: September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 561210 - FACILITIES SUPPORT SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-18-P-0016 • Incumbent: ENVIRONMENTAL RESEARCH GROUP LLC • Awarded Value: $1.5M • PoP/Ordering Period: 14 Sep 2018 – 29 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 561210 - FACILITIES SUPPORT SERVICES

120 UNCLASSIFIED//FOUO COMMUNICATIONS AND CYBERSECURITY  Mission Partner: TRADOC - SCOE  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Provide Communications and Cybersecurity support services to CASCOM in fulfilling its mission to train, educate and develop adaptive Sustainment professionals for the force while generating, synchronizing, and integrating innovative Army and Joint Sustainment capabilities, concepts, and doctrine to sustain Large Scale Ground Combat Operations (LSGCO)  Forecasted Award Date: July 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-20-C-0008 • Incumbent: SOLIEL L.L.C. • Awarded Value: $1.6M • PoP/Ordering Period: 15 Jul 2020 – 14 Jul 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

121 UNCLASSIFIED//FOUO DOCTRINE WRITING  Mission Partner: TRADOC-SCOE  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Provide doctrine writing support for the Sustainment Center of Excellence, G3/5/7 Training and Doctrine Division, subordinate, and aligned doctrine activities  Forecasted Award Date: September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-19-C-0010 • Incumbent: GEMINI 3 GROUP, INC., THE. • Awarded Value: $2.1M • PoP/Ordering Period: 25 Sep 2019 – 27 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

122 UNCLASSIFIED//FOUO FDD AFS STRUCTURE DEVELOPMENT  Mission Partner: TRADOC-SCOE  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Provide all needed personnel, supplies, transportation, supervision and non-personal services to CASCOM for assistance and support with doctrine development, training development, concept development, and functional analysis.  Forecasted Award Date: September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-18-C-0007 • Incumbent: 1PROSPECT TECHNOLOGIES, LLC • Awarded Value: $2.2M • PoP/Ordering Period: 19 Sep 2018 – 27 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

123 UNCLASSIFIED//FOUO OPERATIONAL ENERGY SUPPORT  Mission Partner: AFC  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Support for Army modernization for Operational Energy (OE) to ensure comprehensive analysis is conducted for Army systems in support of Multi-Domain Operations (MDO) and other modernization initiatives.  Forecasted Award Date: June 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541330 - ENGINEERING SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-20-C-0006 • Incumbent: GEMINI 3 GROUP, INC., THE • Awarded Value: $3M • PoP/Ordering Period: 26 Jun 2020 – 28 Jun 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541330 - ENGINEERING SERVICES

124 UNCLASSIFIED//FOUO AFC ARMY MOD SUPPORT AND SUST.  Mission Partner: AFC  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Contractor support for Army modernization and horizontal integration supporting sustainment integration across all Cross Functional Teams (CFTs), ensuring comprehensive sustainability analysis is conducted for Army combat systems in support for Multi-Domain Operations (MDO).  Forecasted Award Date: October 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-19-C-0008 • Incumbent: CLAXTON LOGISTICS SERVICES, LLC • Awarded Value: $3M • PoP/Ordering Period: 24 Sep 2019 – 31 Oct 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

125 UNCLASSIFIED//FOUO 3D MODELING SPT SER  Mission Partner: TRADOC-SCOE  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Provide all personnel, needed supplies, transportation, supervision, and non-personal services necessary to develop 3D models and simulations for the Technology Integration Branch, Training Technology Division.  Forecasted Award Date: September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-19-C-0007 • Incumbent: SUH'DUTSING TELECOM, LLC • Awarded Value: $3.3M • PoP/Ordering Period: 28 Jun 2019 – 28 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES

126 UNCLASSIFIED//FOUO ENVIRONMENTAL COMPLIANCE  Mission Partner: IMCOM  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: To prepare an updated version of Fort Lee’s Oil & Hazardous Substance Integrated Contingency Plan (Spill Plan).  Forecasted Award Date: August 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541620 - ENVIRONMENTAL CONSULTING SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-18-P-0013 • Incumbent: ENVIRONMENTAL RESEARCH GROUP LLC • Awarded Value: $3.6M • PoP/Ordering Period: 27 Jul 201 – 31 Aug 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541620 - ENVIRONMENTAL CONSULTING SERVICES

127 UNCLASSIFIED//FOUO EBS TRAINING AND INTEGRATION  Mission Partner: TRADOC-SCOE  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Provide support in training and other workforce development on enterprise business systems (EBS), including enhancing user experience with the systems.  Forecasted Award Date: September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541519 - OTHER COMPUTER RELATED SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-20-C-0013 • Incumbent: SOLIEL L.L.C. • Awarded Value: $3.9M • PoP/Ordering Period: 23 Sep 2020 – 28 Sep 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 541519 - OTHER COMPUTER RELATED SERVICES

128 UNCLASSIFIED//FOUO WET AND DRY FIRE SPRINKLERS  Mission Partner: IMCOM  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: provide maintenance services, inspections, and repairs to include, but not limited to, fire alarm/mass notification control panels, Central Processing Unit (CPU), Programming of both Fire Panels, Monaco Systems, smoke and heat detectors, pull stations, Building Transmitter (BTX), alarm bells, door holders, Automatic External Defibulator (AED), strobe lights, miscellaneous cables, and associated components , wet/dry sprinkler systems to include all components but not limited to valves, sprinkler heads piping, compressors, backflows, Fire Pumps, Nitrogen Generators, and accelerators.  Forecasted Award Date: June 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 561621 - SECURITY SYSTEMS SERVICES (EXCEPT LOCKSMITHS) • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-18-C-0005 • Incumbent: SINEW MANAGEMENT GROUP LLC • Awarded Value: $4.6M • PoP/Ordering Period: 20 Sep 2018 – 30 Jun 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 561621 SECURITY SYSTEMS129 SERVICES (EXCEPT LOCKSMITHS) UNCLASSIFIED//FOUO KENNER IT SUPPORT  Mission Partner: MEDCOM  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Information Technology (IT) Support Renewal for the procurement of Information Technology (IT) services and support for KAHC and its satellite sites.  Forecasted Award Date: December 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W91QF5-16-F-0016 • Incumbent: LINK SOLUTIONS, INC. • Awarded Value: $4.3M • PoP/Ordering Period: 29 Sep 2016 – 28 Dec 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: GSA STARS II • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

130 UNCLASSIFIED//FOUO SUSTAINMENT BATTLE LAB  Mission Partner: TRADOC - SCOE  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Designing and supporting all forms of experimentation, and other analytical events, enabling the study of current, and future warfare concepts and determining and identifying capability gaps in both the current and future forces.  Forecasted Award Date: September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: IDIQ • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541712 – RESEARCH AND DEVELOPMENT in the PHYSICAL, ENGINEERING and LIFE SCIENCES • Set-Aside: TBD  Current Contract Information:  Current Contract/Order: W911S0-16-D-0018 • Incumbent: CAPSTONE CORPORATION • Awarded Value: $5.5M • PoP/Ordering Period: 23 Sep 2016 – 22 Sep 2021 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 541712 – RESEARCH AND DEVELOPMENT in the PHYSICAL, ENGINEERING and LIFE SCIENCES

131 UNCLASSIFIED//FOUO SUSTAINMENT BATTLE LAB  Mission Partner: TRADOC - SCOE  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Perform concepts and capabilities development work in support of future force Army sustainment concept framework, by providing subject matter expertise in completing concepts, O&O development, AWFC analysis support, Scenario/Experimentation development and support, COD, CPD, SPAR, CBAs, CNA and Future Force 2025 development in accordance with TRADOC and JCIDS processes.  Forecasted Award Date: June 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 541330 - ENGINEERING SERVICES • Set-Aside: 8(a)  Current Contract Information:  Current Contract/Order: W911S0-18-F-0085 • Incumbent: INFINITY TECHNOLOGY, LLC • Awarded Value: $7.1M • PoP/Ordering Period: 29 Jun 2019 – 27 Jun 2021 • Set-Aside: 8(a) Competitive • Previous Source Selection: GSA • NAICS: 541330 - ENGINEERING SERVICES

132 UNCLASSIFIED//FOUO ROOFING  Mission Partner: IMCOM  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Complete construction projects identified as maintenance, and repairs of roofs, in support of the U.S Army Garrison, (USAG), Directorate of Public Works (DPW), Fort Lee, VA.  Forecasted Award Date: Aug 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 238160 - ROOFING CONTRACTORS • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91QF517D0004 • Incumbent: SERVICE DISABLED CONTRACTING GROUP, INC. • Awarded Value: $22.5M • PoP/Ordering Period: 01 Aug 2017 – 9 Aug 2022 • Set-Aside: HUBZone • Previous Source Selection: IFB • NAICS: 238160 - ROOFING CONTRACTORS

133 UNCLASSIFIED//FOUO PAINTING  Mission Partner: IMCOM  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Furnish all labor, materials, scaffolding, ladders, equipment, tools, and supervision required to perform all work in strict accordance with these specifications in the accomplishment of exterior and interior painting.  Forecasted Award Date: Oct 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 238320 - PAINTING AND WALL COVERING CONTRACTORS • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W91QF518D0001 • Incumbent: VISTA CONSTRUCTION, LLC • Awarded Value: $4M • PoP/Ordering Period: 16 Jan 2018 – 31 Oct 2022 • Set-Aside: 8(a) Direct Award • Previous Source Selection: 8(a) Direct Award • NAICS: 238320 - PAINTING AND WALL COVERING CONTRACTORS

134 UNCLASSIFIED//FOUO DHR MILITARY PERSONNEL SERVICES  Mission Partner: IMCOM  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Support for new employee system access, functional administration, performing military personnel accounting, preparing electronic Military Personnel Office (eMIILPO) reports, Student/Trainee/Solider/Officer in- processing, personnel surveys, processing promotions, procurement officers, and reassignments, maintaining order systems, out processing, pre/post retirement, transition/separation, Defense Enrollment Eligibility Reporting System (DEERS), Soldier Readiness process support, and serve/support committees/meetings/inspections. • Forecasted Award Date: Jun 2022 • Forecasted Solicitation Date: Apr 2021 • Estimated PoP/Ordering Period: 16 Jun 2022 – 15 Jun 2027 • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: 561110 - OFFICE ADMINISTRATIVE SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W91QF519C0005 • Incumbent: GEMINI TECH SERVICES LLC • Awarded Value: $8.2M • PoP/Ordering Period: 21 Mar 2019 – 15 Jun 2022 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 561110 - OFFICE ADMINISTRATIVE SERVICES

135 UNCLASSIFIED//FOUO CASCOM IT SERVICE SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Lee  SBP Email: [email protected]  Requirement: Provide Information Technology (IT) services and Digital Trainer support for the Combined Arms Support Command (CASCOM) and its subordinate organizations.  Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Lee, VA • Anticipated NAICS: TBD • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91QF519F0076 • Incumbent: AGIL3 TECHNOLOGY SOLUTIONS, LLC • Awarded Value: $14M • PoP/Ordering Period: 28 Oct 2019 – 15 Aug 2022 • Set-Aside: WOSB • Previous Source Selection: GSA • NAICS: 541512 - COMPUTER SYSTEMS DESIGN SERVICES

136 UNCLASSIFIED//FOUO FDO Fort Eustis

Fort Leonard Wood

137 UNCLASSIFIED//FOUO REPAIR WASHER / DRYER - SECONDARY

 Mission Partner: AMC: IMCOM  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Installation, Repair, and relocation of various household gas and electric appliances. • Forecasted Award Date: 1 AUG 2024 • Forecasted Solicitation Date: MAR 2024 • Estimated PoP/Ordering Period: 21 AUG 2024 – 20 AUG 2029 • Contract Type: FFP • Place of Performance: Fort Leonard Wood Missouri • Anticipated NAICS: 811412 - APPLIANCE REPAIR AND MAINTENANCE • Set-Aside: SB

 Current Contract Information:  Current Contract/Order: W911S719D0007 • Incumbent: APPLIANCE RX, LLC • Awarded Value: $1047170.74 • PoP/Ordering Period: 15 JUL 2019 – 20 AUG 2024 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 811412 - APPLIANCE REPAIR AND MAINTENANCE

138 UNCLASSIFIED//FOUO SANITARY REFUSE BASE PERIOD

 Mission Partner: AMC: IMCOM  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: This is a non-personal services contract to provide permanent and portable latrine support to various locations on Fort Leonard Wood, Missouri and at Lake of the Ozarks Recreation Area (LORA) in Linn Creek, Missouri. • Forecasted Award Date: 15 NOV 2022 • Forecasted Solicitation Date: AUG 2022 • Estimated PoP/Ordering Period: 1 DEC 2022 – 30 NOV 2027 • Contract Type: FFP • Place of Performance: Fort Leonard Wood/ Lake of the Ozarks/ Linn Creek, Missouri • Anticipated NAICS: 562991 - SEPTIC TANK AND RELATED SERVICES • Set-Aside: SB

 Current Contract Information:  Current Contract/Order: W911S718D0001 • Incumbent: JPS PUMPING & HAULING • Awarded Value: $ 1,105,653 • PoP/Ordering Period: 29 NOV 2017 – 30 NOV 2022 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 562991 - SEPTIC TANK AND RELATED SERVICES

139 UNCLASSIFIED//FOUO SCHEDULE 3, INTRA/INTER AREA SVCS

 Mission Partner: AMC: ASC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: the preparation of personal property of Department of Defense personnel for shipment and/or storage and related non-personal services through the DPM. • Forecasted Award Date: 15 MAY 2024 • Forecasted Solicitation Date: DEC 2023 • Estimated PoP/Ordering Period: 4 APR 2024 – 30 NOV 2027 • Contract Type: FFP • Place of Performance: Fort Leonard Wood Missouri • Anticipated NAICS: 488991 - PACKING AND CRATING • Set-Aside: SB

 Current Contract Information:  Current Contract/Order: W911S719D0003 • Incumbent: CORD MOVING AND STORAGE • Awarded Value: $ 1,247,152.5 • PoP/Ordering Period: 30 JAN 2019 – 3 APR 2024 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 488991 - PACKING AND CRATING

140 UNCLASSIFIED//FOUO LIGHT WEIGHT VEHICLES (BASE YEAR)

 Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Delivery and removal of i-nop Vehicles of various size and class that have been demilitarized for training. CLASSIFICATION INCLUDE bus, semi trucks, sedans, box trailers, and tanker trailers. • Forecasted Award Date: 1 AUG 2023 • Forecasted Solicitation Date: MAY 2023 • Estimated PoP/Ordering Period: 17 AUG 2023 – 30 NOV 2027 • Contract Type: FFP • Place of Performance: Fort Leonard Wood Missouri • Anticipated NAICS: 336111 - AUTOMOBILE MANUFACTURING • Set-Aside: SB

 Current Contract Information: • Current Contract/Order: W911S718D0008 • Incumbent: C & B MOTORS LLC • Awarded Value: $ 1,565,690 • PoP/Ordering Period: 19 APR 2018 – 16 AUG 2023 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 336111 - AUTOMOBILE MANUFACTURING

141 UNCLASSIFIED//FOUO RESCUE HELMETS (3RD OPTION YEAR)

 Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Various search and rescue personnel equipment to include gloves, safety glasses, cooling vests etc. • Forecasted Award Date: 1 MAY 2023 • Forecasted Solicitation Date: FEB 2023 • Estimated PoP/Ordering Period: 18 MAY 2023 – 17 MAY 2027 • Contract Type: FFP • Place of Performance: Fort Leonard Wood Missouri • Anticipated NAICS: 339113 - SURGICAL APPLIANCE AND SUPPLIES MANUFACTURING • Set-Aside: SB

 Current Contract Information: • Current Contract/Order: W911S718D0009 • Incumbent: RRDS INC • Awarded Value: $ 1,584,908 • PoP/Ordering Period: 18 MAY 2018 – 17 MAY 2023 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 339113 - SURGICAL APPLIANCE AND SUPPLIES MANUFACTURING

142 UNCLASSIFIED//FOUO LEVEL B ENCAP SUITS, SIZE LG/XL (BASE Y)

 Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Requirement to provide level B chemical suits and level B encapsulated suits. • Forecasted Award Date: 1 JUL 2024 • Forecasted Solicitation Date: APR 2024 • Estimated PoP/Ordering Period: 16 JUL 2024–15 JUL 2028 • Contract Type: FFP • Place of Performance: Fort Leonard Wood Missouri • Anticipated NAICS: 315990 - APPAREL ACCESSORIES AND OTHER APPAREL MANUFACTURING Set- Aside: WOSB

 Current Contract Information: • Current Contract/Order: W911S719D0009 • Incumbent: TRIGENT SOLUTIONS INC • Awarded Value: $ 1,937,858 • PoP/Ordering Period: 23-SEP-2019 – 15-JUL-2024 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 315990 - APPAREL ACCESSORIES AND OTHER APPAREL MANUFACTURING

143 UNCLASSIFIED//FOUO MULTI-RAE PARTS

 Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Provide replacement repair parts for the RAE system. • Forecasted Award Date: 1 MAR 2024 • Forecasted Solicitation Date: JAN 2024 • Estimated PoP/Ordering Period: 15 MAR 2024 – 14 MAR 2028 • Contract Type: FFP • Place of Performance: Fort Leonard Wood Missouri • Anticipated NAICS: 334511 - SEARCH, DETECTION, NAVIGATION, GUIDANCE, AERONAUTICAL, AND NAUTICAL SYSTEM AND INSTRUMENT MANUFACTURING • Set-Aside: WOSB  Current Contract Information: • Current Contract/Order: W911S719D0002 • Incumbent: WORLD CLASS SOLUTIONS INCORPORATED • Awarded Value: $ 2,231,795 • PoP/Ordering Period: 15 JUN 2019 – 14 MAR 2024 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 334511 - SEARCH, DETECTION, NAVIGATION, GUIDANCE, AERONAUTICAL, AND NAUTICAL SYSTEM AND INSTRUMENT MANUFACTURING

144 UNCLASSIFIED//FOUO RAILROAD MAINTENANCE

 Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Railroad Maintenance for Fort Leonard Wood Military Installation. • Forecasted Award Date: 20 MAY 2024 • Forecasted Solicitation Date: 1 MAR 2024 • Estimated PoP/Ordering Period: 22 MAY 2024 – 21 MAY 2028 • Contract Type: FFP • Place of Performance: Fort Leonard Wood Missouri • Anticipated NAICS: 237990 - OTHER HEAVY AND CIVIL ENGINEERING CONSTRUCTION • Set-Aside: SB  Current Contract Information: • Current Contract/Order: W911S720D0003 • Incumbent: CAPITAL RAILROAD CONTRACTING, INC. • Awarded Value: $16,108,936 • PoP/Ordering Period: 21 MAY 2020 – 21 MAY 2024 • Set-Aside: SB. • Previous Source Selection: LPTA • NAICS: 237990 - OTHER HEAVY AND CIVIL ENGINEERING CONSTRUCTION

145 UNCLASSIFIED//FOUO LIMESTONE

 Mission Partner: HQ, AMC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Crushed limestone Requirements • Forecasted Award Date: 1 JUN 2023 • Forecasted Solicitation Date: 1 MAR 2023 • Estimated PoP/Ordering Period: 17 JUN 2023 – 16 JUN 2027 • Contract Type: FFP/CPFF/ETC • Place of Performance: Fort Leonard Wood Misouri • Anticipated NAICS: 212311 - DIMENSION STONE MINING AND QUARRYING • Set-Aside: SB  Current Contract Information: • Current Contract/Order: W911S720D0005 • Incumbent: WILLARD QUARRIES, INC. • Awarded Value: $16,479,375 • PoP/Ordering Period: 17 JUN 2020 – 16 JUN 2023 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 212311 - DIMENSION STONE MINING AND QUARRYING

146 UNCLASSIFIED//FOUO FLW MATOC

 Mission Partner: AMC: IMCOM  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Fort Leonard MATOC • Forecasted Award Date: 8 JUL 2023 • Forecasted Solicitation Date: Option • Estimated PoP/Ordering Period: 8 JUL 2020 – 7 JUN 2023 • Contract Type: FFP • Place of Performance: Fort Leonard wood, MO • Anticipated NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION • Set-Aside: Small Business  Current Contract Information: • Current Contract/Order: W911S720D0006 • Incumbent: MDJ CONTRACTING INC • Awarded Value: $ 42,000,000 • PoP/Ordering Period: 8 JUL 2020 – 8 JUL 2023 • Set-Aside: Small Business. • Previous Source Selection: LPTA • NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

147 UNCLASSIFIED//FOUO INSTRUCTION

 Mission Partner: AMC: IMCOM  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Mine Dog Course Instruction. • Forecasted Award Date: 16 APR 2021 • Forecasted Solicitation Date: Option • Estimated PoP/Ordering Period: 16 APR 2021 – 15 APR 2024 • Contract Type: FFP • Place of Performance: Fort Leonard wood, MO • Anticipated NAICS: 812910 - PET CARE (EXCEPT VETERINARY) SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W911S718C0005 • Incumbent: 1PROSPECT TECHNOLOGIES, LLC • Awarded Value: $ 1,356,212 • PoP/Ordering Period: 12 APR 2018 – 15 APR 2021 • Set-Aside: 8(a). • Previous Source Selection: LPTA • NAICS: 812910 - PET CARE (EXCEPT VETERINARY) SERVICES

148 UNCLASSIFIED//FOUO IT SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Provide simulations and analysis in support of U.S. Army Maneuver Support Center of Excellence and Chemical, Engineer, and Military Police Corps issues  Forecasted Award Date: 25 AUG 2021 • Forecasted Solicitation Date: N/A Option • Estimated PoP/Ordering Period: 25 AUG 2021 – 15 APR 2024 • Contract Type: FFP • Place of Performance: Fort Leonard wood, MO, • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W911S718C0010 • Incumbent: MONTECH INC. • Awarded Value: $ 1,379,558 • PoP/Ordering Period: 2 AUG 2018 – 24 AUG 2021 • Set-Aside: 8(a). • Previous Source Selection: LPTA • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

149 UNCLASSIFIED//FOUO ANALYTICAL TASK SUPPORT

 Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Directorate for Counter Improvised Explosive Devices Analytical Task Support  Forecasted Award Date: 30 SEPT 2021 • Forecasted Solicitation Date: N/A option • Estimated PoP/Ordering Period: 30 SEPT 2021 – 29 SEPT 2024 • Contract Type: FFP • Place of Performance: Fort Leonard Wood, MO • Anticipated NAICS: 541690 - OTHER SCIENTIFIC AND TECHNICAL CONSULTING SERVICES • Set-Aside: Small Business  Current Contract Information:  Current Contract/Order: W911S718C0023 • Incumbent: BESHENICH MUIR & ASSOCIATES, LLC • Awarded Value: $ 6,045,983 • PoP/Ordering Period: 29 SEPT 2018 – 29 SEPT 2021 • Set-Aside: Small Business • Previous Source Selection: LPTA • NAICS: 541690 - OTHER SCIENTIFIC AND TECHNICAL CONSULTING SERVICES 150 UNCLASSIFIED//FOUO STUDENT COMPUTERS AND DEVICES IMAGING

 Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: IT Training Support-Terminated • Forecasted Award Date: N/A • Forecasted Solicitation Date: N/A • Estimated PoP/Ordering Period: N/A • Contract Type: N/A • Place of Performance: Fort Leonard Wood, MO • Anticipated NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES • Set-Aside: Small Business  Current Contract Information: Terminated 18 September 2020 • Current Contract/Order: W911S720C0008 • Incumbent: AGIL3 TECHNOLOGY SOLUTIONS, LLC • Awarded Value: $ 6,555,150 • PoP/Ordering Period: 27 AUG 2020 – 27 AUG 2021 • Set-Aside: Small Business • Previous Source Selection: LPTA • NAICS: 541513 - COMPUTER FACILITIES MANAGEMENT SERVICES

151 UNCLASSIFIED//FOUO LAUNDRY

 Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Fort Leonard Wood, MO laundry service. • Forecasted Award Date: 29 SEPT 2021 • Forecasted Solicitation Date: N/A option • Estimated PoP/Ordering Period: 29 SEPT 2021 – 28 SEPT 2024 • Contract Type: FFP • Place of Performance: Fort Leonard Wood, MO • Anticipated NAICS: 812332 - INDUSTRIAL LAUNDERERS • Set-Aside: Small Business  Current Contract Information:  Current Contract/Order: W911S018P0021 • Incumbent: ROBINSON'S CLEANING AND LAUNDRY • Awarded Value: $6,765,473 • PoP/Ordering Period: 29 SEPT 2018 – 28 SEPT 2021 • Set-Aside: Small Business • Previous Source Selection: LPTA • NAICS: 812332 - INDUSTRIAL LAUNDERERS

152 UNCLASSIFIED//FOUO REFUSE SERVICES

 Mission Partner: AMC: IMCOM  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Fort Leonard Wood, MO Trash-refuse requirement • Forecasted Award Date: 26 SEPT 2021 • Forecasted Solicitation Date: N/A Option • Estimated PoP/Ordering Period: 29 SEPT 2021 – 28 SEPT 2024 • Contract Type: FFP • Place of Performance: Fort Leonard wood, MO • Anticipated NAICS: 562111 - SOLID WASTE COLLECTION • Set-Aside: 8(a)  Current Contract Information: (If new put N/A here) • Current Contract/Order: W911S718C0013 • Incumbent: SIX-NATIONS, INC. • Awarded Value: $9,704,375 • PoP/Ordering Period: 22 AUG 2018 – 25 SEPT 2021 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 562111 - SOLID WASTE COLLECTION

153 UNCLASSIFIED//FOUO BDE/ BAE CELL AIR GROUND INTEGRATION INSTRUCTOR SERVICES

 Mission Partner: AMC: IMCOM  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: ADAM/BAE - Demonstrations, Experiments, Analysis and Training  Forecasted Award Date: 15 JUN 2021-Option • Forecasted Solicitation Date: N/A option • Estimated PoP/Ordering Period: 15 JUN 2021 – 14 JUN 2022 • Contract Type: FFP • Place of Performance: Fort Sill. OK • Anticipated NAICS: 541330 - ENGINEERING SERVICES • Set-Aside: Unrestricted  Current Contract Information: • Current Contract/Order: GS00Q14OADU130 W9124L20F0039 • Incumbent: SCIENCE APPLICATIONS INTERNATIONAL CORPORATION • Awarded Value: $ 1,582,430 • PoP/Ordering Period: 28 MAY 2020 – 14 JUN 2021 • Set-Aside: Unrestricted. • Previous Source Selection: LPTA • NAICS: 541330 - ENGINEERING SERVICES

154 UNCLASSIFIED//FOUO UPGRADES

 Mission Partner: AMC: IMCOM  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Provide new electrical utility infrastructure from Fort Leonard Wood substation #1 and #2 to accommodate the existing GLWACH hospital- Delivery Order for electrical service • Forecasted Award Date: N/A • Forecasted Solicitation Date: N/A • Estimated PoP/Ordering Period: N/A • Contract Type: N/A • Place of Performance: Fort Leonard Wood, MO • Anticipated NAICS: 221122 - ELECTRIC POWER DISTRIBUTION • Set-Aside: unrestricted  Current Contract Information: • Current Contract/Order: W911S707D0002 W911S720F5120 • Incumbent: LACLEDE ELECTRIC COOPERATIVE INCORPORATED • Awarded Value: $2,878,578 • PoP/Ordering Period: 26 AUG 2020 – 25 AUG 2021 • Set-Aside: Unrestricted • Previous Source Selection: LPTA • NAICS: 221122 - ELECTRIC POWER DISTRIBUTION

155 UNCLASSIFIED//FOUO BASE YR LABOR  Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: This is a non-personal service task order to provide IT service for Fort Rucker, Joint Base Langley/Eustis (JBLE), and Fort Huachuca (FHU).  Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 21 SEPT 2020 – 20 SEPT 2025 • Contract Type: FFP • Place of Performance: Fort Rucker, Joint Base Langley/Eustis (JBLE), and Fort Huachuca (FHU). • Anticipated NAICS: 541519 - OTHER COMPUTER RELATED SERVICES • Set-Aside: WOSB  Current Contract Information: • Current Contract/Order: W52P1J18DA104 W911S720F0425 • Incumbent: ITES VENTURE LLC • Awarded Value: $21,698,218 • PoP/Ordering Period: 21 SEPT 2020 - 20 SEPT 2021 • Set-Aside: WOSB. • Previous Source Selection: FFP • NAICS: 541519 - OTHER COMPUTER RELATED SERVICES

156 UNCLASSIFIED//FOUO CDID MSBL LIVE PROTOTYPE EXP SPT  Mission Partner: TRADOC  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Provide the analytical and technical support to the MSBL for planning, coordinating and execution the Maneuver Support, Sustainment and Protection Integrating Experiment (MSSPIX). • Forecasted Award Date: 14 JUN 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 14 JUN 2021 – 31 MAY 2022 • Contract Type: FFP • Place of Performance: Fort Leonard Wood, MO • Anticipated NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES • Set-Aside: WOSB  Current Contract Information:  Current Contract/Order: W911S718C0014 • Incumbent: NORTH STAR TECHNOLOGIES LLC • Awarded Value: $ 2,052,950 • PoP/Ordering Period: 13 SEPT 2018 – 13 JUN 2021 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES

157 UNCLASSIFIED//FOUO CONCRETE  Mission Partner: IMCOM  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Requirements for installation of concrete.  Forecasted Award Date: 1 Nov 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 15 Nov 2022 – 14 Nov 2025 • Contract Type: FFP • Place of Performance: Fort Leonard Wood, MO • Anticipated NAICS: 238110 - POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S720D0001 • Incumbent: SCHULTE CONSTRUCTION, INC • Awarded Value: $5M • PoP/Ordering Period: 15 Nov 2019 – 14 Nov 2022 • Set-Aside: SB • Previous Source Selection: IFB • NAICS: 238110 - POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS

158 UNCLASSIFIED//FOUO ASPHALT REPAIR

 Mission Partner: IMCOM  MICC Office: Fort Leonard Wood  SBP Email: [email protected]  Requirement: Repair/Replace Asphalt Surfaces Requirements.  Forecasted Award Date: 1 Sept 2021 • Forecasted Solicitation Date: 1 Jun 2021 • Estimated PoP/Ordering Period: 18 Sept 2021 – 17 Sept 2024 • Contract Type: FFP • Place of Performance: Fort Leonard Wood, MO • Anticipated NAICS: 237310 - HIGHWAY, STREET, AND BRIDGE CONSTRUCTION • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S718D0017 • Incumbent: WILLARD ASPHALT PAVING, INC. • Awarded Value: $19M • PoP/Ordering Period: 23 Aug 2018 – 17 Sept 2021 • Set-Aside: SB • Previous Source Selection: IFB • NAICS: 237310 - HIGHWAY, STREET, AND BRIDGE CONSTRUCTION

159 UNCLASSIFIED//FOUO FDO Fort Eustis

Presidio of Monterey (POM)

160 UNCLASSIFIED//FOUO TEST EXAMINER SERVICES

 Mission Partner: TRADOC - DLIFLC  MICC Office: PRESIDIO OF MONTEREY  SBP Email: [email protected]  Requirement: Provide Test Examiner, Oral Proficiency Interview (OPI)/Lab-based Test Scheduler and OPI Facilitator units  Forecasted Award Date: October 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Presidio of Monterey, CA • Anticipated NAICS: 611710 - EDUCATIONAL SUPPORT SERVICES • Set-Aside: TBD

 Current Contract Information: • Current Contract/Order: W9124N-20-P-0001 • Incumbent: C&S JONES GROUP LLC • Awarded Value: $2.7M • PoP/Ordering Period: 8 Mar 2016 – 31 Oct 2021 • Set-Aside: HUBZone • Previous Source Selection: LPTA • NAICS: 611710 - EDUCATIONAL SUPPORT SERVICES

161 UNCLASSIFIED//FOUO FDO Fort Eustis

Fort Rucker

162 UNCLASSIFIED//FOUO WOCC TRAINING DEVELOPERS

 Mission Partner: TRADOC  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: Provide training and education product development services to bring designated Lesson Plans (LP) and Programs Of Instruction (POI) to TR 350-70 standard and to properly document the products in Training Development Capability for the Warrant Officer Career College  Forecasted Award Date: Sept 2022 • Forecasted Solicitation Date: Jul 2022 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124G18P0136 • Incumbent: BESHENICH MUIR & ASSOCIATES, LLC • Awarded Value: $1.5M • PoP/Ordering Period: 21 Sept 2018 – 23 Sept 2022 • Set-Aside: SDVOSB • Previous Source Selection: SAP • NAICS: 611430 - PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING

163 UNCLASSIFIED//FOUO REFUSE COLLECTION

 Mission Partner: IMCOM  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: To provide all personnel, equipment, supplies, facilities, transportation, tools, materials, collection systems, supervision, and other items and non-personal services necessary to perform solid waste disposal and other related waste stream management at Fort Rucker, Alabama. • Forecasted Award Date: 1 Sept 2021 • Forecasted Solicitation Date: Jul 2021 • Estimated PoP/Ordering Period: 1 Sept 2021 - 31 Aug 2025 • Contract Type: FFP • Place of Performance: Fort Benning, GA • Anticipated NAICS: 562111 - SOLID WASTE COLLECTION • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124G17C0004 • Incumbent: VMX INTERNATIONAL LLC • Awarded Value: $1.9M • PoP/Ordering Period: 31 Jul 2017 – 31 Aug 2021 • Set-Aside: WOSB • Previous Source Selection: IFB • NAICS: 562111 - SOLID WASTE COLLECTION

164 UNCLASSIFIED//FOUO ZETA II LINERS

 Mission Partner: TRADOC – Aviation Center of Excellence  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: BPA for assorted helmet liners • Forecasted Award Date: 20 June 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 238990 - ALL OTHER SPECIALTY TRADE CONTRACTORS • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W9124G-16-A-0005 • Incumbent: COMFORT CUSHION PRODUCTS, INC. • Awarded Value: $1M • PoP/Ordering Period: 20 Jun 2016 – 20 Jun 2021 • Set-Aside: SB • Previous Source Selection: SAP • NAICS: 238990 - ALL OTHER SPECIALTY TRADE CONTRACTORS

165 UNCLASSIFIED//FOUO Packing and Containerization

 Mission Partner: IMCOM  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: Packing, containerization and local drayage of direct procurement method personal property shipments. • Forecasted Award Date: 31 July 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 484210 - USED HOUSEHOLD AND OFFICE GOODS MOVING • Set-Aside: 8(a)

 Current Contract Information:  Current Contract/Order: W9124G-16-D-0003 • Incumbent: C & R MOVERS, LLC. • Awarded Value: $3.2M • PoP/Ordering Period: 19 Aug 2016 – 31 Jul 2021 • Set-Aside: 8(a) Direct Award • Previous Source Selection: Direct Award • NAICS: 484210 - USED HOUSEHOLD AND OFFICE GOODS MOVING

166 UNCLASSIFIED//FOUO Job Order Contract (JOC)

 Mission Partner: IMCOM  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: Various construction projects on Fort Rucker • Forecasted Award Date: 20 June 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: IDIQ • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W9124G-19-D-0001 • Incumbent: NATIVE AMERICAN SERVICES CORP. • Awarded Value: $25M • PoP/Ordering Period: 20 Jun 2019 – 20 Jun 2024 • Set-Aside: HUBZone • Previous Source Selection: Trade Off • NAICS: 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

167 UNCLASSIFIED//FOUO Gunnery Range Operations

 Mission Partner: TRADOC – Aviation Center of Excellence  MICC Office: Fort Eustis (Migrated Effort)  SBP Email: [email protected]  Requirement: Fabricate, requisition, store, maintain and operate equipment and targets for operation of the Aviation Gunnery Range (AGR)  Forecasted Award Date: 30 June 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 561210 - FACILITIES SUPPORT SERVICES • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W9124G-16-C-0003 • Incumbent: STRATEGIC DEFENSE SOLUTIONS, LLC • Awarded Value: $15M • PoP/Ordering Period: 13 May 2016 – 30 Jun 2021 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 561210 - FACILITIES SUPPORT SERVICES

168 UNCLASSIFIED//FOUO SERE

 Mission Partner: TRADOC – Aviation Center of Excellence  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: U.S. ARMY SURVIVAL, EVASION, RESISTANCE AND ESCAPE (SERE) instruction and instructional support services  Forecasted Award Date: 25 Aug 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 611699 - ALL OTHER MISCELLANEOUS SCHOOLS AND INSTRUCTION • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W9124G-18-C-0006 • Incumbent: SOLKOA, INC. • Awarded Value: $47M • PoP/Ordering Period: 21 Aug 2018 – 25 Aug 2021 • Set-Aside: SDVOSB • Previous Source Selection: Trade-Off • NAICS: 611699 - ALL OTHER MISCELLANEOUS SCHOOLS AND INSTRUCTION

169 UNCLASSIFIED//FOUO TADSS SERVICE CONTRACT

 Mission Partner: IMCOM  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: Training Aids, Devices, Simulators, and Simulations (TADSS) training support  Forecasted Award Date: 23 September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 561210 - FACILITIES SUPPORT SERVICES • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W9124G-18-P-0126 • Incumbent: VISION INFORMATION TECHNOLOGY CONSULTANTS LLC • Awarded Value: $3.5M • PoP/Ordering Period: 28 Aug 2018 – 23 Sep 2021 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 561210 - FACILITIES SUPPORT SERVICES

170 UNCLASSIFIED//FOUO Multimedia Visual Information Service

 Mission Partner: IMCOM  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: Supply the visual information (VI) products, records, information, and services as defined and specified in this contract as well as current Common Levels of Support requirements for Service 702.  Forecasted Award Date: 23 September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 541921 - PHOTOGRAPHY STUDIOS, PORTRAIT • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W9124G-18-P-0127 • Incumbent: K-MAR INDUSTRIES, INC. • Awarded Value: $3.6M • PoP/Ordering Period: 28 Aug 2018 – 23 Sep 2021 • Set-Aside: WOSB • Previous Source Selection: SAP • NAICS: 541921 - PHOTOGRAPHY STUDIOS, PORTRAIT

171 UNCLASSIFIED//FOUO Grounds Maintenance

 Mission Partner: IMCOM  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: Fort Rucker consists of 63,227 acres (57,772 acres within the Fort Rucker boundaries). There are approximately 1,644 buildings, training and testing facilities, and 5 major airfields located on Fort Rucker in Dale County  Forecasted Award Date: 30 November 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 561730 - LANDSCAPING SERVICES • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W9124G-19-C-0003  Incumbent: TELLUS, LLC  Awarded Value: $5.8M • PoP/Ordering Period: 18 Oct 2018 – 30 Nov 2021 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 561730 - LANDSCAPING SERVICES 172 UNCLASSIFIED//FOUO Custodial

 Mission Partner: IMCOM  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: Custodial services at various buildings on Fort Rucker  Forecasted Award Date: 15 April 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 561720 - JANITORIAL SERVICES • Set-Aside: 8(a)

 Current Contract Information:  Current Contract/Order: W9124G-19-C-0007  Incumbent: INTERNATIONAL SUPPORT GROUP LLC  Awarded Value: $4.3M • PoP/Ordering Period: 21 Mar 2019 – 15 Apr 2021 • Set-Aside: 8(a) Competitive • Previous Source Selection: LPTA • NAICS: 561720 - JANITORIAL SERVICES

173 UNCLASSIFIED//FOUO MEPD Support

 Mission Partner: MEDCOE  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: Subject Matter Expertise (SME), Knowledge Management (KM), and analytical services to the Medical Evacuation Proponent Directorate (MEPD) at the United States Army Aviation Center of Excellence (USAACE), Fort Rucker, Alabama  Forecasted Award Date: 31 August 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 541330 - ENGINEERING SERVICES • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W9124G-19-F-0087  Incumbent: NAVIGATOR DEVELOPMENT GROUP, INC.  Awarded Value: $1.9M • PoP/Ordering Period: 29 Aug 2019 – 31 Aug 2021 • Set-Aside: SDVOSB • Previous Source Selection: GSA • NAICS: 541330 - ENGINEERING SERVICES 174 UNCLASSIFIED//FOUO Virtual Gaming Support  Mission Partner: TRADOC  MICC Office: Fort Rucker  SBP Email: [email protected]  Requirement: G3 administrative training  Forecasted Award Date: 14 June 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Rucker, AL • Anticipated NAICS: 541611 - ADMINISTRATIVE MANAGEMENT AND GENERAL MANAGEMENT CONSULTING SERVICES • Set-Aside: TBD

 Current Contract Information:  Current Contract/Order: W9124G-20-F-0028  Incumbent: STRATEGIC RESOLUTION EXPERTS, INC.  Awarded Value: $7.8M • PoP/Ordering Period: 14 Jun 2020 – 14 Jun 2022 • Set-Aside: Unrestricted • Previous Source Selection: GSA • NAICS: 541611 - ADMINISTRATIVE MANAGEMENT AND GENERAL MANAGEMENT CONSULTING SERVICES 175 UNCLASSIFIED//FOUO FDO Fort Eustis

Fort Sill

176 UNCLASSIFIED//FOUO CCTV SERVICES

 Mission Partner: AMC: IMCOM  MICC Office: Fort Sill  SBP Email: [email protected]  Requirement: Blanket Purchase Agreement (BPA) to provide security closed circuit television (CCTV) installation and equipment per individual call-out. • Forecasted Award Date: 1 Aug 2022 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 1 Aug 2022 - 31 Jul 2026 • Contract Type: FFP • Place of Performance: Fort Sill • Anticipated NAICS: 561621 - Security Systems Services (Except Locksmiths) • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W9124L17A0010 • Incumbent: OSAGE INNOVATIVE SOLUTIONS, LLC • Awarded Value: $4,000,000 • Pop/Ordering Period: 26 Jul 2017– 31 Jul 2022 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 561621 - Security Systems Services (Except Locksmiths)

177 UNCLASSIFIED//FOUO READY SERVICES BASE PERFORMANCE ORIENTED CONSTRUCTION  Mission Partner: AMC: IMCOM  MICC Office: Fort Sill  SBP Email: [email protected] • Requirement: Maintenance, repair, rehabilitation, energy conservation, environmental, logistical and operation. • Forecasted Award Date: 2 Apr 2023 • Forecasted Solicitation Date: 1 DEC 2022 • Estimated PoP/Ordering Period: 2 Apr 2023 - 1 Apr 2027 • Contract Type: FFP • Place of Performance: Fort Sill • Anticipated NAICS: 236220 - Commercial And Institutional Building • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W9124L20D0004 • Incumbent: OSAGE INNOVATIVE SOLUTIONS, LLC • Awarded Value: $4,000,000 • Pop/Ordering Period: 26 Jul 2017– 31 Jul 2022 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 236220 - Commercial And Institutional Building Construction

178 UNCLASSIFIED//FOUO POWER WASHING

 Mission Partner: AMC: IMCOM  MICC Office: Fort Sill  SBP Email: [email protected] • Requirement: Maintenance, repair, rehabilitation, energy conservation, environmental, logistical and operation. • Forecasted Award Date: 2 Apr 2023 • Forecasted Solicitation Date: 1 DEC 2022 • Estimated PoP/Ordering Period: 2 Apr 2023 - 1 Apr 2026 • Contract Type: FFP/CPFF/ETC • Place of Performance: City/Installation, State • Anticipated NAICS: 236220 - Commercial And Institutional Building Construction • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W9124L20D0004 • Incumbent: Ready Services, LLC • Awarded Value: $4,000,000 • Pop/Ordering Period: 26 Jul 2017– 31 Jul 2022 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 236220 - Commercial And Institutional Building Construction

179 UNCLASSIFIED//FOUO MULTIPLE AWARD TASK ORDER CONTRACT  Mission Partner: AMC: IMCOM  MICC Office: Fort Sill  SBP Email: [email protected] Requirement: Diverse range of general construction services that includes, but is not limited to, new construction, demolition, repair, and alteration of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, installation of new or extensions to existing high voltage electrical distribution systems, painting and paving and incidental related work. • Forecasted Award Date: 13 Jan 2022 • Forecasted Solicitation Date: 1 OCT 2021 • Estimated PoP/Ordering Period: 13 Jan 2022 – 12 Jan 2027 • Contract Type: FFP • Place of Performance: Fort Sill, OK • Anticipated NAICS: 236220 - Commercial And Institutional Building Construction • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W9124L17D0002 • Incumbent: Sheffield Construction, L.L.C. • Awarded Value: $ 50,000,000 • Pop/Ordering Period: 17 Jan 2017 – 12 Jan 2022 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 236220 - Commercial And Institutional Building Construction 180 UNCLASSIFIED//FOUO ELEVATOR MAINTENANCE

 Mission Partner: AMC: IMCOM  MICC Office: Fort Sill  SBP Email: [email protected]  Requirement: Elevator repair/maintenance of elevators and lift equipment located at various buildings.  Forecasted Award Date: 1 Nov 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 1 Nov 2021 – 31 Oct 2026 • Contract Type: FFP • Place of Performance: Fort Sill, OK • Anticipated NAICS: 238290 - Other Building Equipment Contractors • Set-Aside: SMALL BUSINESS

 Current Contract Information: • Current Contract/Order: W9124L16P0052 • Incumbent: American Elevator Company, INC. • Awarded Value: $ 1,058,574 • Pop/Ordering Period: 14 Sept 2016 – 31 Oct 2021 • Set-Aside: SMALL BUSINESS • Previous Source Selection: LPTA • NAICS: 238290 - Other Building Equipment Contractors

181 UNCLASSIFIED//FOUO LPWS MAINTAINER SERVICES  Mission Partner: TRADOC  MICC Office: Fort Sill  SBP Email: [email protected] Requirement: Interactive Electronic Technical Manual (IETM) NAVSEA SW221-L2-NNO-10 close-in Weapon Systems (CIWS), involving installation of weapon systems and will be in various training/industrial environments including complete testing of system capabilities, while integrating multiple CRAM systems.  Forecasted Award Date: 16 Jun 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 16 Jun 2021 – 15 Jun 2026 • Contract Type: FFP • Place of Performance: Fort Sill, OK • Anticipated NAICS: 811310 - Commercial And Industrial Machinery And Equipment (Except Automotive And Electronic) Repair And Maintenance • Set-Aside: HUBZONE  Current Contract Information: • Current Contract/Order: W9124L17C0003 • Incumbent: RED RIVER SCIENCE & TECHNOLOGY, LLC • Awarded Value: $ 1,405,523 • Pop/Ordering Period: 28 Aug 2017– 15 Jun 2021 • Set-Aside: HUBZONE • Previous Source Selection: LPTA • NAICS: 811310 - Commercial And Industrial Machinery And Equipment (Except Automotive And Electronic) Repair And Maintenance 182 UNCLASSIFIED//FOUO REPAIR HEATING VENTILATION AIR CONDITION SYSTEM

 Mission Partner: AMC: IMCOM  MICC Office: Fort Sill  SBP Email: [email protected]  Requirement: HEATING VETN AND A/C MAINTENANCE • Forecasted Award Date: 28 Jul 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 28 Jul 2021 – 27 Jul 2026 • Contract Type: FFP • Place of Performance: City/Installation, State • Anticipated NAICS: 236220 - Commercial And Institutional Building Construction– PLEASE VERIFY • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124L20C0011 • Incumbent: Power Washing Extreme, INC. • Awarded Value: $ 1,942,830 • Pop/Ordering Period: 24 Sept 2020 – 27 Jul 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: Trade-off • NAICS: 236220 - Commercial And Institutional Building Construction

183 UNCLASSIFIED//FOUO AMMUNITION HANDLER SERVICES

 Mission Partner: TRADOC  MICC Office: Fort Sill  SBP Email: [email protected]  Requirement: AMMUNITION HANDLER SERVICES • Forecasted Award Date: 1 Nov 2021 • Forecasted Solicitation Date: 1 APR 2021 • Estimated PoP/Ordering Period: 1 Nov 2021 – 31 Oct 2026 • Contract Type: FFP • Place of Performance: Fort Sill • Anticipated NAICS: 493190 - Other Warehousing And Storage • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W9124L16P0018 • Incumbent: RED RIVER SCIENCE & TECHNOLOGY, LLC • Awarded Value: $ 4,431,210 • Pop/Ordering Period: 29 Mar 2016 – 31 Oct 2021 • Set-Aside: 8(a) SOLE SOURCE • Previous Source Selection: LPTA/Trade-off • NAICS: 493190 - Other Warehousing And Storage

184 UNCLASSIFIED//FOUO SUPPORT PRECISION FIRES INSTRUCTION

 Mission Partner: TRADOC  MICC Office: Fort Sill  SBP Email: [email protected]  Requirement: PRECISION FIRES SUPPORT • Forecasted Award Date: 1 Nov 2021 • Forecasted Solicitation Date: 1 APR 221 • Estimated PoP/Ordering Period: 1 Jul 2021 – 31 Oct 2022 • Contract Type: FFP • Place of Performance: Fort Sill, OK • Anticipated NAICS: 541330 - Engineering Services • Set-Aside: SMALL BUSINESS  Current Contract Information: • Current Contract/Order: 47QRAD20D1031 W9124L20F0013 • Incumbent: Technologist Inc. • Awarded Value: $ 1,593,080 • PoP/Ordering Period: 3 Apr 2020 – 31 Oct 2021 • Set-Aside: SMALL BUSINESA • Previous Source Selection: LPTA • NAICS: 541330 - Engineering Services

185 UNCLASSIFIED//FOUO FDO Fort Eustis

West Point

186 UNCLASSIFIED//FOUO FACILITIES MAINTENANCE

 Mission Partner: IMCOM  MICC Office: West Point  SBP Email: [email protected]  Requirement: Facility maintenance and custodial services at the Davis Barracks, Bldg. 755 at the USMA. • Forecasted Award Date: 31 Aug 2022 • Forecasted Solicitation Date: May 2022 • Estimated PoP/Ordering Period: 1 SepT 2022 – 31 Aug 2027 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 561210 - FACILITIES SUPPORT SERVICES • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W911SD17P0149 • Incumbent: TRADEMASTERS SERVICE, INC. • Awarded Value: $4M • PoP/Ordering Period: 22 Aug 2017 – 31 Aug 2022 • Set-Aside: 8(a) • Previous Source Selection: SAP • NAICS: 561210 - FACILITIES SUPPORT SERVICES

187 UNCLASSIFIED//FOUO EXPLOSIVE AND NARCOTICS

 Mission Partner: IMCOM  MICC Office: West Point  SBP Email: [email protected]  Requirement: Provide Explosive and Narcotics Detection services at United States Army Garrison, West Point, including the Visitor Control Center, Camps Buckner and Natural Bridge on a scheduled basis, for special events and for emergency response. • Forecasted Award Date: 17 Oct 2021 • Forecasted Solicitation Date: Jun 2022 • Estimated PoP/Ordering Period: 18 Oct 2022 – 17 Oct 2027 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 561612 - SECURITY GUARDS AND PATROL SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SD18P0001 • Incumbent: MERRILL'S DETECTOR DOG SERVICES, LLC • Awarded Value: $1.2M • PoP/Ordering Period: 18 Oct 2017 – 17 Oct 2022 • Set-Aside: WOSB • Previous Source Selection: SAP • NAICS: 561612 - SECURITY GUARDS AND PATROL SERVICES

188 UNCLASSIFIED//FOUO TANK MAINTENANCE  Mission Partner: IMCOM  MICC Office: West Point  SBP Email: [email protected]  Requirement: Bring aboveground and underground petroleum product storage tanks into compliance with NYS DEC and NFPA standards, and to inspect and maintain the tanks in order to remain in compliance located at the USMA.  Forecasted Award Date: Sept 2022 • Forecasted Solicitation Date: Jun 2022 • Estimated PoP/Ordering Period: 19 Sept 2022 – 18 Sept 2027 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 541620 - ENVIRONMENTAL CONSULTING SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SD17P0143 • Incumbent: MASS TANK INSPECTION SERIVICES, LLC • Awarded Value: $1M • PoP/Ordering Period: 18 Sept 2017 – 18 Sept 2022 • Set-Aside: SDVOSB • Previous Source Selection: SAP • NAICS: 541620 - ENVIRONMENTAL CONSULTING SERVICES

189 UNCLASSIFIED//FOUO PACKING AND CRATING

 Mission Partner: ASC  MICC Office: West Point  SBP Email: [email protected]  Requirement: Packing, containerization and local drayage of direct procurement method (DPM) personal property shipments • Forecasted Award Date: Dec 2022 • Forecasted Solicitation Date: Mar 2022 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 488991, Packing and crating • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SD17D0001 • Incumbent: Arnoff Moving & Storage, Inc. • Awarded Value: $1M • PoP/Ordering Period: 7 Jun 2017 – 31 Dec 2022 • Set-Aside: SB • Previous Source Selection: SAP • NAICS: 488991, Packing and crating

190 UNCLASSIFIED//FOUO ELEVATOR MAINTENANCE

 Mission Partner: IMCOM  MICC Office: West Point  SBP Email: [email protected]  Requirement: Preventive maintenance service (PM), full load safety testing and inspection, emergency call back service, service calls and all other repairs (example, lighting) to elevators, chair lifts, dumbwaiters and related equipment at the USMA.  Forecasted Award Date: Aug 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 811310, COMMERCIAL AND INDUSTRIAL MACHINERY AND EQUIPMENT (EXCEPT AUTOMOTIVE AND ELECTRONIC) REPAIR AND MAINTENANCE • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SD17P0391 • Incumbent: SLADE INDUSTRIES, INC. • Awarded Value: $1.5M • PoP/Ordering Period: 15 Mar 2018 – 17 Aug 2022 • Set-Aside: Unrestricted • Previous Source Selection: SAP • NAICS: 811310, COMMERCIAL AND INDUSTRIAL MACHINERY AND EQUIPMENT (EXCEPT AUTOMOTIVE AND ELECTRONIC) REPAIR AND MAINTENANCE 191 UNCLASSIFIED//FOUO CARPET INSTALLATION  Mission Partner: IMCOM  MICC Office: West Point  SBP Email: [email protected]  Requirement: carpeting services to the U.S. Army Garrison at West Point, NY and the United States Military Academy, West Point.  Forecasted Award Date: Aug 2022 • Forecasted Solicitation Date: Mar 2022 • Estimated PoP/Ordering Period: 22 Aug 2022 – 21 Aug 2026 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 811490, Other Personal and Household Goods Repair and Maintenance • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SD17D0015 • Incumbent: BURRCOMM INDUSTRIAL LLC • Awarded Value: $708K • PoP/Ordering Period: 22 Aug 2017 – 21 Aug 2022 • Set-Aside: SDVOSB • Previous Source Selection: SAP • NAICS: 811490, Other Personal and Household Goods Repair and Maintenance

192 UNCLASSIFIED//FOUO CEMETERY OPERATIONS & MAINTENANCE

 Mission Partner: USMA  MICC Office: West Point  SBP Email: [email protected]  Requirement: Cemetery Operation & Maintenance  Forecasted Award Date: 1 Mar 2022 • Forecasted Solicitation Date 1 Dec 2021 • Contract Type: FFP • Estimated: TBD • Place of Performance: West Point, NY • Anticipated NAICS: 812220, CEMETERIES AND CREMATORIES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SD19P0106 • Incumbent: Veterans Elite Incorporated • Awarded Value: $2.6M • PoP/Ordering Period: 01 Apr 2019 - 31 Mar 2022 • Set-Aside: SDVOSB • Previous Source Selection: SAP • NAICS: 812220, CEMETERIES AND CREMATORIES

193 UNCLASSIFIED//FOUO Job Order Contract (JOC)

 Mission Partner: IMCOM USAG DPW  MICC Office: West Point  SBP Email: [email protected]  Requirement: Job Order Contract (JOC) for minor construction, repairs, maintenance. Priced using RS Means. • Forecasted Award Date: 23 Oct 2023 • Forecasted Solicitation Date: Jan 2023 • Estimated PoP/Ordering Period: 24 Oct 2023 – 23 Oct 2028 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 236210, Industrial Building Construction • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W911SD-19-D-0001 • Incumbent: SKCM/PBC JV LLC • Awarded Value: NTE $35M • PoP/Ordering Period: 24 Oct 2018 – 23 Oct 2023 • Set-Aside: 8(a) Competitive • Previous Source Selection: IFB • NAICS: 236210, Industrial Building Construction

194 UNCLASSIFIED//FOUO Construction MATOC

 Mission Partner: IMCOM USAG DPW  MICC Office: West Point  SBP Email: [email protected]  Requirement: Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) Contract for Construction Projects • Forecasted Award Date: 24 Jun 2024 • Forecasted Solicitation Date: Oct 2023 • Estimated PoP/Ordering Period: 25 June2024 – 24 Jun 2029 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W911SD-19-D-0002; 0003; 0004; 0005; 0006; 0007 • Incumbent: Kunj Construction Corporation, Full Circle Computing Inc, Greenworx Inc. SKCM/PBC JV LLC, SPR Construction Corporation, U.S. Lumber, Inc. • Awarded Value: $100M • PoP/Ordering Period: 24 Oct 2018 – 24 Jun 2024 • Set-Aside: 8(a) Competitive • Previous Source Selection: IFB • NAICS: 236220, Commercial and Institutional Building Construction

195 UNCLASSIFIED//FOUO Interior / Exterior Painting

 Mission Partner: IMCOM USAG DPW  MICC Office: West Point  SBP Email: [email protected]  Requirement: Interior / Exterior Painting • Forecasted Award Date: 13 May 2023 • Forecasted Solicitation Date: Aug 2022 • Estimated PoP/Ordering Period: 15 May 2023 – 14 May 2028 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 238320, Painting and Wall Covering Contractors • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W911SD-18-D-0002 • Incumbent: YPC, Inc • Awarded Value: $6.5M • PoP/Ordering Period: 11 May 2018 – 14 May 2023 • Set-Aside: 8(a) Competitive • Previous Source Selection: IFB • NAICS: 238320, Painting and Wall Covering Contractors

196 UNCLASSIFIED//FOUO Paving

 Mission Partner: IMCOM USAG DPW  MICC Office: West Point  SBP Email: [email protected]  Requirement: Paving - Maintenance and repair of roads and parking areas at West Point • Forecasted Award Date: 20 Sep 2024 • Forecasted Solicitation Date: Jan 2024 • Estimated PoP/Ordering Period: 21 Sep 2024 – 20 Sep 2029 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 237310, Highway, Street, and Bridge Construction • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SD-20-D-0001 • Incumbent: Argenio Bros, Inc. • Awarded Value: $17.6M • PoP/Ordering Period: 17 Oct 2019 – 20 Sep 2024 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 237310, Highway, Street, and Bridge Construction

197 UNCLASSIFIED//FOUO Masonry

 Mission Partner: IMCOM USAG DPW  MICC Office: West Point  SBP Email: [email protected]  Requirement: Masonry - Repointing, stone repair and replacement, concrete • Forecasted Award Date: 31 Oct 2024 • Forecasted Solicitation Date: Jan 2024 • Estimated PoP/Ordering Period: 1 Nov 2024 – 31 Oct 2029 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 238140, Masonry Contractors • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SD-20-D-0002 • Incumbent: Lupini Consturction, Inc. • Awarded Value: $21M • PoP/Ordering Period: 18 Oct 2019 – 31 Oct 2024 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 238140, Masonry Contractors

198 UNCLASSIFIED//FOUO Refuse

 Mission Partner: IMCOM USAG DPW  MICC Office: West Point  SBP Email: [email protected]  Requirement: Collect, transport and dispose of all refuse and recycling materials at a transfer station off post, to include residential refuse, and refuse from the other locations at West Point. • Forecasted Award Date: 14 Apr 2029 • Forecasted Solicitation Date: May 2023 • Estimated PoP/Ordering Period: 16 Apr 2024 – 15 Apr 2029 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 562111, Solid Waste Collection • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SD-19-C-0004 • Incumbent: Donato Marangi, Inc. • Awarded Value: $24,016,929 • PoP/Ordering Period: 16 Apr 2029 – 14 Apr 2024 • Set-Aside: Unrestricted • Previous Source Selection: Best Value LPTA • NAICS: 562111, Solid Waste Collection

199 UNCLASSIFIED//FOUO Library Periodical Subscriptions

 Mission Partner:  MICC Office: West Point  SBP Email: [email protected]  Requirement: Periodical Subscriptions for USMA library • Forecasted Award Date: 31 May 2023 • Forecasted Solicitation Date: Oct 2022 • Estimated PoP/Ordering Period: 1 Jun 2023 – 31 May 2028 • Contract Type: FFP • Place of Performance: West Point, NY • Anticipated NAICS: 511120, Periodical Publishers • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SD-18-D-0003 • Incumbent: LM Information Delivery, Inc. • Awarded Value: $1.8M • PoP/Ordering Period: 21 May 2018 – 31 May 2023 • Set-Aside: SB • Previous Source Selection: SAP • NAICS: 511120, Periodical Publishers

200 UNCLASSIFIED//FOUO

419th CSB

201 UNCLASSIFIED//FOUO 419th CSB

Fort Buchanan

202 UNCLASSIFIED//FOUO GENERAL REPAIRS B522

 Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Contractor to provide labor, materials, equipment, supervision and all necessary to General Repairs at Building 522 Fort Buchanan  Forecasted Award Date: 1 Aug 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Buchanan Puerto Rico • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: HUBZone  Current Contract Information: New Requirement

203 UNCLASSIFIED//FOUO REPLACE A/C SYSTEM AT B540

 Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Contractor to provide labor, materials, equipment, supervision and all necessary to Replace A/C System at Building 540 Fort Buchanan  Forecasted Award Date: 1 Aug 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Buchanan Puerto Rico • Anticipated NAICS: 238220, Plumbing, Heating, and Air-Conditioning Contractors • Set-Aside: HUBZone  Current Contract Information: New Requirement

204 UNCLASSIFIED//FOUO WAREHOUSE REPAIRS AT B523

 Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Contractor to provide labor, materials, equipment, supervision and all necessary to General Warehouse repairs to include A/C, floor and doors at B523 (1st MSC Search and Rescue) at Fort Buchanan  Forecasted Award Date: 1 Aug 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Buchanan Puerto Rico • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: HUBZone  Current Contract Information: New Requirement

205 UNCLASSIFIED//FOUO RENOVATE ID CARD B152

 Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Contractor to provide labor, materials, equipment, supervision and all necessary to Install Gypsum Walls and Doors at ID Card Building 152 Fort Buchanan  Forecasted Award Date: 1 Aug 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Buchanan Puerto Rico • Anticipated NAICS: 238310, Drywall and Insulation Contractors • Set-Aside: HUBZone  Current Contract Information: New Requirement

206 UNCLASSIFIED//FOUO PURCHASE GENERATOR B514/B183

 Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Purchase of two (2) Generators at Fort Buchanan  Forecasted Award Date: 1 Apr 2021 • Forecasted Solicitation Date: 1 Feb 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Buchanan Puerto Rico • Anticipated NAICS: 335312, Motor and Generator Manufacturing • Set-Aside: Small Business Set Aside  Current Contract Information: New Requirement

207 UNCLASSIFIED//FOUO BATHROOM REPAIRS

 Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Contractor to provide labor, materials, equipment, supervision and all necessary to Repair bathrooms throughout 3 Floors and add 1 shower at Fort Buchanan  Forecasted Award Date: 1 Aug 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Buchanan, Puerto Rico • Anticipated NAICS: 238390, Other Building Finishing Contractors • Set-Aside: HUBZone  Current Contract Information: New Requirement

208 UNCLASSIFIED//FOUO DECA BATHROOM REPAIRS

 Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Contractor to provide labor, materials, equipment, supervision and all necessary to Repair DECA Female and Male Bathrooms at Fort Buchanan  Forecasted Award Date: 1 Aug 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Buchanan Puerto Rico • Anticipated NAICS: 238390, Other Building Finishing Contractors • Set-Aside: HUBZone  Current Contract Information: New Requirement

209 UNCLASSIFIED//FOUO PURCHASE FLOOR/CEILING MATERIALS

 Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Purchase of Floor, Ceiling materials for general repairs (floor, bathrooms, ceilings) at 1st MSC Training Facilities at Fort Buchanan  Forecasted Award Date: 1 Aug 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Buchanan Puerto Rico • Anticipated NAICS: 326199, All Other Plastics Product Manufacturing • Set-Aside: Small Business Set Aside  Current Contract Information: New Requirement

210 UNCLASSIFIED//FOUO ARTIFICIAL TURF –MAXIE WILLIAMS TRACK

 Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Contractor to provide labor, materials, equipment, supervision and all necessary to provide Artificial/Synthetic Sports Turf for the Maxie Williams Track (Center 36,915 SF)  Forecasted Award Date: 1 Aug 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Buchanan Puerto Rico • Anticipated NAICS: 238990, All Other Specialty Trade Contractors • Set-Aside: Small Business Set Aside  Current Contract Information: New Requirement

211 UNCLASSIFIED//FOUO REFURBISH SOFTBALL/Mc ARTHUR FIELD

 Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Contractor shall provide labor, materials, equipment, supervision and all necessary to improve drainage systems and install new lighting at Fort Buchanan  Forecasted Award Date: 1 Aug 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Buchanan Puerto Rico • Anticipated NAICS: 237990, Other Heavy and Civil Engineering Construction • Set-Aside: SDVOSB  Current Contract Information: New Requirement

212 UNCLASSIFIED//FOUO SUPPLY ICE

 Mission Partner: 1st MSC – 166TH RSG  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Blanket Purchase Agreements for Contractor to supply eight (8) pounds bags ice and freezer storage throughout Puerto Rico .  Forecasted Award Date: 1 Jul 2021 • Forecasted Solicitation Date: 1 Apr 2021 • Estimated PoP/Ordering Period: 1 Aug 2020 – 31 Jul 2021 plus Options • Contract Type: FFP • Place of Performance: Salinas (Camp Santiago) (two locations), Ceiba United States Reserve Center (USARC), Las Marias, PR, Santa Isabel, PR, Utuado, PR, Adjuntas, PR and Puerto Nuevo United States Reserve Center (USARC) San Juan, PR • Anticipated NAICS: 312113, Ice Manufacturing • Set-Aside: Small Business Set Aside  Current Contract Information: New Requirement

213 UNCLASSIFIED//FOUO PREVENTIVE MAINTENANCE AC CHILLERS  Mission Partner: Directorate of Public Works (DPW)  MICC Office: Fort Buchanan  SBP Email: [email protected]  Requirement: Contractor to provide labor, materials, equipment, supervision and all necessary to provide Preventive Maintenance of 10 Chillers at Fort Buchanan  Forecasted Award Date: 2 Aug 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: 23 Sep 2020 – 22 Sep 2025 • Contract Type: FFP • Place of Performance: Fort Buchanan Puerto Rico • Anticipated NAICS: 238220, Plumbing, Heating, and Air-Conditioning Contractors • Set-Aside: Small Business Set Aside  Current Contract Information: Contractor to provide labor, materials, equipment, supervision and all necessary to provide Preventive Maintenance of 10 Chillers at Fort Buchanan. • Current Contract: W912C3-20-C-0009 • Incumbent: Multi Air Services Engineers Corp, Rio Grande PR 00745 • Awarded Value: $180,487.88 ($947,705.60) PoP/Ordering Period: 22 Sep 2020– 30 Jun 2021 • Set-Aside: Small Business Set Aside • NAICS: 238220, Plumbing, Heating, and Air-Conditioning Contractors

214 UNCLASSIFIED//FOUO 419th CSB

Fort Stewart

215 UNCLASSIFIED//FOUO Grounds Maintenance  Mission Partner: USAG Fort Stewart  MICC Office: Fort Stewart  SBP Email: [email protected]  Requirement: Grounds Maintenance • Forecasted Award Date: 30 April 2021 • Forecasted Solicitation Date: 15 March 2021 • Estimated PoP/Ordering Period: 1 May 2021-1 May 2025 • Contract Type: FFP • Place of Performance: Fort Stewart, GA • Anticipated NAICS: 561730 - LANDSCAPING SERVICES • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W9124M-16-D-0007 0000 • Incumbent: Turf Care USA • Awarded Value: $9.7M • PoP/Ordering Period: 22 June 2016 – 30 April 2021 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA/Trade-off • NAICS: 561730 - LANDSCAPING SERVICES

216 UNCLASSIFIED//FOUO Laundry Services  Mission Partner: USASC/AFSBN  MICC Office: Fort Stewart  SBP Email: [email protected]  Requirement: To provide all phases of laundry service for Fort Stewart and Hunter Army Airfield, Georg • Forecasted Award Date: June 2021 • Forecasted Solicitation Date: May 2021 • Estimated PoP/Ordering Period: 01 July 2021 – 30 June 2026 • Contract Type: FFP • Place of Performance: Fort Stewart and Hunter Army Airfield, Georgia • Anticipated NAICS: 812320, Dry Cleaning and Laundry Services (except Coin Operated) • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124M-16-D-0008 • Incumbent: Robertson & Penn, Inc. • Awarded Value: $413,683.72 • PoP/Ordering Period: 01 July 2016 – 30 June 2021 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 812320, Dry Cleaning and Laundry Services (except Coin-Operated)

217 UNCLASSIFIED//FOUO Hazardous Material Services  Mission Partner: USAG Fort Stewart  MICC Office: Fort Stewart  SBP Email: [email protected]  Requirement: Hazardous Material Services • Forecasted Award Date: 30 Nov 2021 • Forecasted Solicitation Date: 1 Oct 2021 • Estimated PoP/Ordering Period: 1 Dec 2021-1 Dec 2026 • Contract Type: FFP • Place of Performance: Fort Stewart, GA • Anticipated NAICS: 562112 - HAZARDOUS WASTE COLLECTION • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W9124M-18-C-0001 0000 • Incumbent: GRUNDY GOVERNMENT SERVICES, LLC • Awarded Value: $6.3M • PoP/Ordering Period: 30 Nov 2016 – 30 Nov 2021 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA/Trade-off • NAICS: 562112 - HAZARDOUS WASTE COLLECTION

218 UNCLASSIFIED//FOUO Portable Chemical Latrines  Mission Partner: USAG Fort Stewart  MICC Office: Fort Stewart  SBP Email: [email protected]  Requirement: Portable Chemical Latrine Rental • Forecasted Award Date: 30 Sept 2024 • Forecasted Solicitation Date: 1 July 2024 • Estimated PoP/Ordering Period: 1 Oct 2024 • Contract Type: FFP • Place of Performance: Fort Stewart, GA • Anticipated NAICS: 562991 - SEPTIC TANK AND RELATED SERVICES • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W9124M-19-D-0010 0000 • Incumbent: MAJOR CONTRACTING SERVICES, INC. • Awarded Value: $11.4M • PoP/Ordering Period: 30 Sept 2019 – 30 Sept 2024 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA/Trade-off • NAICS: 562991 - SEPTIC TANK AND RELATED SERVICES

219 UNCLASSIFIED//FOUO Asset Visibility  Mission Partner: 3ID  MICC Office: Fort Stewart  SBP Email: [email protected]  Requirement: PBO Support/Asset Visibility • Forecasted Award Date: 31 May 2021 • Forecasted Solicitation Date: 1 April 2021 • Estimated PoP/Ordering Period: 1 June 2021 - 1 June 2026 • Contract Type: FFP • Place of Performance: Fort Stewart, GA • Anticipated NAICS: 561990 - ALL OTHER SUPPORT SERVICES • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W9124M-20-C-0006 0000 • Incumbent: ADVANCED PROJECT CONSULTING, LLC • Awarded Value: $2.0M • PoP/Ordering Period: 31 May 2016 – 31 May 2021 • Set-Aside: Unrestricted/WOSB/SDVOSB/8(a)/etc. • Previous Source Selection: LPTA/Trade-off • NAICS: 561990 - ALL OTHER SUPPORT SERVICES

220 UNCLASSIFIED//FOUO 419th CSB

Fort Campbell

221 UNCLASSIFIED//FOUO Demolition Services  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Demolish and remove masonry, wood and metal post-wide • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 238910, SITE PREPARATION CONTRACTORS • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-17-D-0008 • Incumbent: SOGARD ENVIRONMENTAL, INC. • Awarded Value: $6.9M • PoP/Ordering Period: 15 September 2017 – 30 April 2022 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 238910, SITE PREPARATION CONTRACTORS

222 UNCLASSIFIED//FOUO Ft. Campbell Road Construction  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Furnish all labor, materials, equipment and admin overhead to construct, improve or rehabilitate hardstands • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 237310, HIGHWAY, STREET, AND BRIDGE CONSTRUCTION • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-17-D-0009 • Incumbent: DOUBLE "A" SERVICES, INC. • Awarded Value: $75.6M • PoP/Ordering Period: 26 September 2017 – 25 September 2022 • Set-Aside: Small Business • Previous Source Selection: LPTA • NAICS: 237310, HIGHWAY, STREET, AND BRIDGE CONSTRUCTION

2236 UNCLASSIFIED//FOUO Asbestos Abatement  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Provide asbestos abatement services post-wide • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 562910, REMEDIATION SERVICES • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-17-D-0010 • Incumbent: B&B ENVIRONMENTAL, INC • Awarded Value: $2.5M • PoP/Ordering Period: 08 September 2017 – 07 September 2022 • Set-Aside: Small Business Set Aside • Previous Source Selection: SAP • NAICS: 562910, REMEDIATION SERVICES

224 UNCLASSIFIED//FOUO Concrete Grinding  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Provide concrete grinding and crushing services • Forecasted Award Date: March 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 5-year Ordering Period • Contract Type: Indefinite Delivery • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 212321, CONSTRUCTION SAND AND GRAVEL MINING • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W91248-17-D-0014 • Incumbent: LINE PORT EXCAVATING, LLC. • Awarded Value: $5M • PoP/Ordering Period: 29 September 2017 – 30 April 2022 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 212321, CONSTRUCTION SAND AND GRAVEL MINING

225 UNCLASSIFIED//FOUO General Construction  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Provide general construction services • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-18-A-0012 • Incumbent: Phase Tech and C&C Constructing JV, LLC • Awarded Value: $7M • PoP/Ordering Period: 26 March 2018 – 22 April 2023 • Set-Aside: Small Business • Previous Source Selection: LPTA • NAICS: 236220, Commercial and Institutional Building Construction

226 UNCLASSIFIED//FOUO Mechanical Construction  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Emails: [email protected]  Requirement: Provide mechanical construction services • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 238220, Plumbing, Heating and Air-Conditioning Contractors • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-18-A-1009 • Incumbent: Phase Tech and C&C Construction JV, LLC • Awarded Value: $7M • PoP/Ordering Period: 1 March 2018 – 22 April 2023 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 238220, Plumbing, Heating and Air-Conditioning Contractors

2276 UNCLASSIFIED//FOUO Logistic Support  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Perform logistics support services to staff elements to support urgent operational and contingency operations • Forecasted Award Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 561210, Facilities Support Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-18-C-0005 • Incumbent: Chenega Healthcare Services, LLC • Awarded Value: $9M • PoP/Ordering Period: 12 August 2018 – 11 May 2023 • Set-Aside: 8(a) Competitive • Previous Source Selection: LPTA • NAICS: 561210, Facilities Support Services

228 UNCLASSIFIED//FOUO Railroad Maintenance and Repair  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Repair and maintenance of Fort Campbell’s on-post and off-post rail system • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 237990, Other Heavy and Civil Engineering Construction • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-18-D-0001 • Incumbent: All Track, Inc • Awarded Value: $8.1M • PoP/Ordering Period: 30 November 2017 – 29 November 2022 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 237990, Other Heavy and Civil Engineering Construction

2296 UNCLASSIFIED//FOUO General Construction  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Provide general construction services • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-18-D-0010 • Incumbent: Khotol Services Corporation • Awarded Value: $175M • PoP/Ordering Period: 28 March 2018 – 26 March 2024 • Set-Aside: HUBZone • Previous Source Selection: LPTA • NAICS: 236220, Commercial and Institutional Building Construction

230 UNCLASSIFIED//FOUO Tree Trimming Maintenance  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Trim/remove trees, replace/maintain trees & shrubs and remove storm debris • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 561730, Landscaping Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-18-D-0018 • Incumbent: Sears Tree Service, LLC • Awarded Value: $5.6M • PoP/Ordering Period: 25 June 2018 – 24 June 2023 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 561730, Landscaping Services

2316 UNCLASSIFIED//FOUO General Construction  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Provide general construction services • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 236210, Industrial Building Construction • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-19-A-0001 • Incumbent: Lee’s Excavation, LLC • Awarded Value: $5M • PoP/Ordering Period: 25 September 2019 – 24 September 2024 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 236210, Industrial Building Construction

232 UNCLASSIFIED//FOUO Refuse Collection and Disposal Services  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Provide refuse waste containers/maintenance, transportation/collection and disposal service • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 562111, Solid Waste Collection • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W91248-19-C-0004 • Incumbent: Native Services, LLC • Awarded Value: $8.9M • PoP/Ordering Period: 01 April 2019 – 30 September 2023 • Set-Aside: 8(a) Competitive • Previous Source Selection: LPTA • NAICS: 562111, Solid Waste Collection

233 UNCLASSIFIED//FOUO Architectural Services & Engineering Design  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Provide Architect Services and Engineering Design for preparation of designs, plans and specifications for various projects • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 541330, Engineering Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-19-D-0006 • Incumbent: American Engineers, Inc. • Awarded Value: $15M • PoP/Ordering Period: 01 August 2019 – 31 July 2024 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 541330, Engineering Services

234 UNCLASSIFIED//FOUO Pit Latrine, Portable Latrine, and Septic  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Install, pump, clean and recharge both permanently-set and temporarily-set portable latrines, wash stations. Service and maintain pit latrines and septic tanks. • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 562991, Septic Tank and Related Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-19-D-0007 • Incumbent: FusionSite Clarksville, LLC • Awarded Value: $1M • PoP/Ordering Period: 01 September 2019 – 31 March 2024 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 562991, Septic Tank and Related Services

2356 UNCLASSIFIED//FOUO Gravel Rip Rap  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Delivery of limestone (crushed, rip-rap, stockpile and tailgate spread) to various locations on Fort Campbell • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 212312, Crushed and Broken Limestone Mining and Quarrying • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W91248-19-D-0008 • Incumbent: Lineport Excavating, LLC • Awarded Value: $6.5M • PoP/Ordering Period: 10 September 2019 – 09 September 2024 • Set-Aside: Small Business Set Aside • Previous Source Selection: N/A • NAICS: 212312, Crushed and Broken Limestone Mining and Quarrying

2366 UNCLASSIFIED//FOUO National Resource Treatments  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Provide mechanical and non-mechanical treatments, erosion repair and vegetation planting in support of the Integrated Natural Resources Management Plan • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 115310, Support Activities for Forestry • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-19-D-0009 • Incumbent: Envirosmart Inc. • Awarded Value: $4M • PoP/Ordering Period: 27 September 2019 – 26 Sept 2024 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 115310, Support Activities for Forestry

2376 UNCLASSIFIED//FOUO Master Agreement Construction  Mission Partner: USAG Fort Campbell  MICC Office: Fort Campbell  SBP Email: [email protected]  Requirement: Provide general construction services • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Campbell, KY • Anticipated NAICS: 236210, Institutional Building Construction • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91248-20-A-0002 • Incumbent: Overflow Services LLC • Awarded Value: $5M • PoP/Ordering Period: 14 November 2019 – 13 November 2024 • Set-Aside: Small Business Set Aside • Previous Source Selection: N/A • NAICS: 236210, Institutional Building Construction

238 UNCLASSIFIED//FOUO 419th CSB

Fort Drum

239 UNCLASSIFIED//FOUO Analytical Testing - Water  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: Provide analytical testing services of drinking water, storm water, soil, and surface water on Fort Drum, NY for the Public Works Environmental Division. • Forecasted Award Date: 31 March 2022 • Forecasted Solicitation Date: 01 December 2021 • Estimated PoP/Ordering Period: 01 April 2022 – 31 March 2027 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 541380, Testing Laboratories • Set-Aside: WOSB  Current Contract Information: • Current Contract/Order: W911S2-17-D-3000 • Incumbent: Converse Laboratories, Inc. • Awarded Value: $412K • PoP/Ordering Period: 01 April 2017 – 31 March 2022 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 541380, Testing Laboratories

240 UNCLASSIFIED//FOUO Asphalt Requirements  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: The Contractor shall perform all work necessary to maintain, repair, and construct gravel pads, roads, parking lots, asphalt concrete pavement pads, and pavement markings on Fort Drum, New York. • Forecasted Award Date: 30 April 2023 • Forecasted Solicitation Date: 01 December 2022 • Estimated PoP/Ordering Period: 01 May 2023 - 30 April 2027 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 237310, Highway, Street, and Bridge Construction • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W911S2-19-D-8000 • Incumbent: Call Associates, Inc. • Awarded Value: $10.7M • PoP/Ordering Period: 01 May 2019 – 30 April 2023 • Set-Aside: 8(a) Competitive • Previous Source Selection: Invitation for Bid (IFB) • NAICS: 237310, Highway, Street, and Bridge Construction

241 UNCLASSIFIED//FOUO Automatic Door Maintenance  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: Provide all resources necessary to perform semi-annual preventative maintenance/inspections and service calls in order to maintain the safe and effective operation of automatic door operators, at various facilities located at Fort Drum. • Forecasted Award Date: 24 February 2022 • Forecasted Solicitation Date: 01 November 2021 • Estimated PoP/Ordering Period: 25 February 2022 – 24 February 2025 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911S2-19-D-6001 • Incumbent: Imperial Door Controls, Inc. • Awarded Value: $179K • PoP/Ordering Period: 05 February 2019 – 24 February 2022 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance

242 UNCLASSIFIED//FOUO General Construction BPA Suite  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: A Multiple Award BPA Suite to provide construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures at Fort Drum, New York. • Forecasted Award Date: 30 April 2023 • Forecasted Solicitation Date: 01 January 2023 • Estimated PoP/Ordering Period: 01 May 2023 - 30 April 2028 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911S2-18-A-8006 • Incumbent: Multiple • Awarded Value: $7M • PoP/Ordering Period: 06 July 2018 – 30 April 2023 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 236220, Commercial and Institutional Building Construction

2436 UNCLASSIFIED//FOUO Grounds Maintenance Services  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: Provide all plant labor, material, and equipment necessary to provide grounds maintenance (mowing) support services to the MIDA IDT facility, Fort Drum, NY. • Forecasted Award Date: 14 May 2025 • Forecasted Solicitation Date: 01 February 2025 • Estimated PoP/Ordering Period: 15 May 2025 – 31 October 2029 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 561730, Landscaping Services • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911S2-20-F-6052 • Incumbent: Extreme Tree Pros, LLC • Awarded Value: $38K • PoP/Ordering Period: 15 May 2020 – 31 October 2024 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 561730, Landscaping Services

244 UNCLASSIFIED//FOUO Job Order Contract  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: A Single Award IDIQ contract to provide a broad range of Sustainment, Restoration and Modernization (SRM) work on real property at Fort Drum, New York. The scope of work will include tasks in a variety of trades, such as carpentry, road repair, excavation, fiber optics, building automation, interior electrical, exterior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry, and welding. • Forecasted Award Date: 30 June 2022 • Forecasted Solicitation Date: 01 January 2022 • Estimated PoP/Ordering Period: 01 July 2022 - 30 June 2027 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: HUBZone  Current Contract Information: • Current Contract/Order: W911S2-17-D-8000 • Incumbent: Cadence Contract Services, LLC • Awarded Value: $99M • PoP/Ordering Period: 30 June 2017 – 30 June 2022 • Set-Aside: HUBZone • Previous Source Selection: LPTA • NAICS: 236220, Commercial and Institutional Building Construction

245 UNCLASSIFIED//FOUO Laundry Services  Mission Partner: USASC/AFSBN  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: Provide all plant, equipment, materials, supplies, transportation, resources, and management necessary to provide laundry services for the Logistics Readiness Center/Army Field Support Battalion Fort Drum, New York. • Forecasted Award Date: 30 June 2024 • Forecasted Solicitation Date: 01 March 2024 • Estimated PoP/Ordering Period: 01 July 2024 – 30 June 2029 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 812320, Dry Cleaning and Laundry Services (except Coin-Operated) • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911S2-19-D-6008 • Incumbent: Bonanza Dry Cleaners, LLC • Awarded Value: $1M • PoP/Ordering Period: 01 August 2019 – 30 June 2024 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 812320, Dry Cleaning and Laundry Services (except Coin-Operated)

246 UNCLASSIFIED//FOUO Liquid Propane Gas Maintenance Services  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: Provide all management, personnel, materials, transportation, supplies, equipment, repair parts, and physcial plant facilities, to supply liquid propane gas to Fort Drum, NY. • Forecasted Award Date: 31 August 2023 • Forecasted Solicitation Date: 01 May 2023 • Estimated PoP/Ordering Period: 01 September 2023 – 31 August 2028 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 325120, Industrial Gas Manufacturing • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911S2-18-D-5000 • Incumbent: Merrimac Petroleum, Inc. • Awarded Value: $1M • PoP/Ordering Period: 01 September 2018 – 31 August 2023 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 325120, Industrial Gas Manufacturing

247 UNCLASSIFIED//FOUO Personal Property Processing Services  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: Provide all resources, except Government Furnished Property (GFP), necessary to operate a Personal Property Processing Office at Fort Drum, NY, in accordance with all applicable guidance and regulations. • Forecasted Award Date: 31 December 2022 • Forecasted Solicitation Date: 01 September 2022 • Estimated PoP/Ordering Period: 01 January 2023 – 31 December 2028 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 561210, Facilities Support Services • Set-Aside: WOSB  Current Contract Information: • Current Contract/Order: W911S2-18-D-6000 • Incumbent: Joint Logistics Managers, Inc. • Awarded Value: $2M • PoP/Ordering Period: 01 January 2018 – 31 December 2022 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 561210, Facilities Support Services

248 UNCLASSIFIED//FOUO Repair, Rehabilitation, and Minor Construction  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: A Multiple Award IDIQ contract to provide (as specified in each Task Order under the resulting contract) all labor, equipment, materials and supervision necessary to perform a broad range of construction, repair, maintenance, and bid-build services at Fort Drum, NY. • Forecasted Award Date: 11 March 2023 • Forecasted Solicitation Date: 01 October 2022 • Estimated PoP/Ordering Period: 12 March 2023 - 11 March 2028 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W911S2-18-D-8007 • Incumbent: Multiple • Awarded Value: $99M • PoP/Ordering Period: 12 March 2018 – 11 March 2023 • Set-Aside: 8(a) Competitive • Previous Source Selection: LPTA • NAICS: 236220, Commercial and Institutional Building Construction

249 UNCLASSIFIED//FOUO Reverse Auction  Mission Partner: ARMY  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: The contractor shall provide user-friendly, web-enabled capabilities to compete requirements for supplies (under the Simplified Acquisition Threshold) through a reverse auction platform that does not require the download or installation of any software by any user, nor the management of the platform by the Government Buyer or other Acquisition Personnel. • Forecasted Award Date: 30 November 2021 • Forecasted Solicitation Date: 01 August 2021 • Estimated PoP/Ordering Period: 01 December 2021 - 30 November 2026 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 519130, Internet Publishing and Broadcasting and Web Search Portals • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W91ZLK-17-P-0001 • Incumbent: FEDBID, Inc. • Awarded Value: $1 • PoP/Ordering Period: 01 December 2016 – 30 November 2021 • Set-Aside: Small Business Set Aside • Previous Source Selection: Best Value/Trade-off • NAICS: 519130, Internet Publishing and Broadcasting and Web Search Portals

250 UNCLASSIFIED//FOUO Roofing Requirements  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: Contractor shall provide all supervision, plant, labor, equipment, materials and appliances necessary to perform all operations in connection with the repair and replacement of existing roofs on various building structures located at Fort Drum, New York. • Forecasted Award Date: 22 September 2021 • Forecasted Solicitation Date: 01 June 2021 • Estimated PoP/Ordering Period: 23 September 2021 - 22 September 2026 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 238160, Roofing Contractors • Set-Aside: SDVOSB  Current Contract Information: • Current Contract/Order: W911S2-16-D-8002 • Incumbent: Welch Construction, Inc. • Awarded Value: $9.2M • PoP/Ordering Period: 23 September 2016 – 22 September 2021 • Set-Aside: SDVOSB • Previous Source Selection: Invitation for Bid (IFB) • NAICS: 238160, Roofing Contractors

251 UNCLASSIFIED//FOUO Traffic Control Painting - Cantonment Area  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: The Contractor shall provide all supervision, plant, labor, equipment, materials and appliances, and perform all work necessary to maintain, repair, and construct gravel pads, roads, parking lots, asphalt concrete pavement pads, and pavement markings on Fort Drum, New York. • Forecasted Award Date: 30 June 2024 • Forecasted Solicitation Date: 01 December 2023 • Estimated PoP/Ordering Period: 01 July 2024 - 30 June 2029 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 237310, Highway, Street, and Bridge Construction • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911S2-19-D-8001 • Incumbent: Ostrom Painting & Sandblasting, Inc. • Awarded Value: $2.3M • PoP/Ordering Period: 01 July 2019 – 30 June 2024 • Set-Aside: Small Business Set Aside • Previous Source Selection: Invitation for Bid (IFB) • NAICS: 237310, Highway, Street, and Bridge Construction

252 UNCLASSIFIED//FOUO Traffic Control Painting – WSAAF (Airfield)  Mission Partner: IMCOM  MICC Office: Fort Drum  SBP Email: [email protected]  Requirement: The Contractor shall provide all supervision, plant, labor, material and equipment necessary to perform all operations in connection with the painting, removal and repainting of air traffic control lines, warnings, and guides within Wheeler-Sack Army Airfield, Fort Drum, New York.  Forecasted Award Date: 30 June 2024 • Forecasted Solicitation Date: 01 December 2023 • Estimated PoP/Ordering Period: 01 July 2024 - 30 June 2029 • Contract Type: FFP • Place of Performance: Fort Drum, New York • Anticipated NAICS: 237310, Highway, Street, and Bridge Construction • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911S2-19-D-8002 • Incumbent: Hi-Lite Airfield Services, LLC • Awarded Value: $3.1M • PoP/Ordering Period: 01 July 2019 – 30 June 2024 • Set-Aside: Small Business Set Aside • Previous Source Selection: Invitation for Bid (IFB) • NAICS: 237310, Highway, Street, and Bridge Construction

253 UNCLASSIFIED//FOUO 419th CSB

Fort Jackson

254 UNCLASSIFIED//FOUO Control Access  Mission Partner: USARCENT  MICC Office: Fort Jackson  SBP Email: [email protected]  Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: TBD • Anticipated NAICS: TBD • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124C-18-C-0006 • Incumbent: T47 International Inc. • Awarded Value: $689,000.00 • PoP/Ordering Period: 15 December 2021 – 14 December 2022 • Set-Aside: Small Business Set Side • Previous Source Selection: LPTA • NAICS: 561612

255 UNCLASSIFIED//FOUO Administration Support Specialist  Mission Partner: USA Chaplain School  MICC Office: Fort Jackson  SBP Email: [email protected]  Requirement: Administration Support Specialist • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 30 September 2022- 29 September 2025 • Contract Type: Firm Fixed Price • Place of Performance: Fort Jackson • Anticipated NAICS: 541611, Administrative Management and General Management Consulting Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: GS00Q14OADS132 / W9124C-19-F-0110 • Incumbent: Panum Telecom LLC. • Awarded Value: $1,623,165 • PoP/Ordering Period: 30 September 2020- 29 September 2022 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 541611,Administrative Management and General Management Consulting Services

256 UNCLASSIFIED//FOUO Base Operation Support Services  Mission Partner: 81ST Reserve Support Command  MICC Office: Fort Jackson  SBP Email: [email protected]  Requirement: Base Operation Support Services • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: TBD • Place of Performance: TBD • Anticipated NAICS: TBD • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124C-21-C-0002 • Incumbent: Seres Engineering & Services LLC • Awarded Value: $5,766,625.00 • PoP/Ordering Period: 17 November 2020- 16 October 2021 • Set-Aside: 8(a) Competitive • Previous Source Selection: LPTA • NAICS: 561210

257 UNCLASSIFIED//FOUO Fire Alarm Maintenance  Mission Partner: IMCOM  MICC Office: Fort Jackson  SBP Email: [email protected]  Requirement: Fire Alarm Maintenance. • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Jackson, SC • Anticipated NAICS: 561621 • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W9124C-16-C-0047 • Incumbent: Optimum Low Voltage LLC. • Awarded Value: $300,000.00 • PoP/Ordering Period: 1 July 2020 - 30 June 2021 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 561621

258 UNCLASSIFIED//FOUO 419th CSB

Fort Bragg

259 UNCLASSIFIED//FOUO Sustainment Information Systems Support  Mission Partner: United States Army Reserve Command (USARC)  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: To provide USARC with Sustainment Information Systems Support. • Forecasted Award Date: 28 Oct 2021 • Forecasted Solicitation Date: Jun 2021 • Estimated PoP/Ordering Period: 29 Oct 2021 – 28 Oct 2024 • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: 541512, Computer Systems Design Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91247-19-F-0050 • Incumbent: Milvets Systems Technology, Inc. • Awarded Value: $18.9M • PoP/Ordering Period: 3 Dec 2018 – 29 Nov 2021 • Set-Aside: SDVOSB • Previous Source Selection: LPTA • NAICS: 541512, Computer Systems Design Services

260 UNCLASSIFIED//FOUO FORSCOM Command and Control Systems  Mission Partner: United States Army Forces Command (FORSCOM)  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: To provide FORSCOM with Command and Control Systems Support. • Forecasted Award Date: 10 Jan 2022 • Forecasted Solicitation Date: Oct 2021 • Estimated PoP/Ordering Period: 14 Jan 2022 – 13 Jan 2027 • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: 517110, Wired Telecommunications Carriers • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: FA873214D0020 1N01 • Incumbent: STG, INC. • Awarded Value: $21.7M • PoP/Ordering Period: 14 Jan 2018 – 13 Jan 2022 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 517110, Wired Telecommunications Carriers

261 UNCLASSIFIED//FOUO XVIII Airborne Corps KMO Support  Mission Partner: XVIII Airborne Corps  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: To provide the XVIII Airborne Corps with Knowledge Management Office (KMO) Support. • Forecasted Award Date: 15 Jun 2021 • Forecasted Solicitation Date: Apr 2021 • Estimated PoP/Ordering Period: 19 Jun 2021 – 18 Jun 2026 • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: 541513, Computer Facilities Management Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91247-18-C-0016 • Incumbent: ICP Systems LLC • Awarded Value: $1.2M • PoP/Ordering Period: 20 June 2018 – 18 June 2021 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 541513, Computer Facilities Management Services

262 UNCLASSIFIED//FOUO DPW Sustainment, Maintenance, Repair - Vertical  Mission Partner: United States Army Installation Management Command (IMCOM)  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: To provide IMCOM with Sustainment, Restoration, and Maintenance Support for Vertical Construction. • Forecasted Award Date: 8 Jul 2021 • Forecasted Solicitation Date: Feb 2021 • Estimated PoP/Ordering Period: 15 July 2021 – 14 July 2026 • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: HUBZone  Current Contract Information: • Current Contract/Order: W91247-17-D-0013 0018 • Incumbent: Multiple Awards: CMC Building, Inc., Outside the Box, LLC, Chavis’ Inc., Civil Works Contracting LLC, Lifecycle Construction Services, LLC, and PM Jenkins Group – Professional Management Services, LLC • Awarded Value: $49M Program Ceiling • PoP/Ordering Period: 30 Sep 2017 – 29 Sep 2022 • Set-Aside: HUBZone • Previous Source Selection: LPTA • NAICS: 236220, Commercial and Institutional Building Construction

263 UNCLASSIFIED//FOUO DPW Sustainment, Maintenance, Repair - Horizontal  Mission Partner: United States Army Installation Management Command (IMCOM)  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: To provide IMCOM with Sustainment, Restoration, and Maintenance Support for Horizontal Construction. • Forecasted Award Date: 15 Mar 2021 • Forecasted Solicitation Date: Dec 2020 • Estimated PoP/Ordering Period: 15 May 2021 – 14 May 2026 • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: HUBZone  Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

264 UNCLASSIFIED//FOUO Architect and Engineering Design Services  Mission Partner: United States Army Installation Management Command (IMCOM)  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: To provide IMCOM with Architect and Engineering Design Services • Forecasted Award Date: 20 Apr 2021 • Forecasted Solicitation Date: Jan 2021 • Estimated PoP/Ordering Period: 1 May 2021 – 30 Apr 2026 • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: 541330, Engineering Services • Set-Aside: Small Business  Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

265 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Repair Fire Exit installed to meet Fire Safety Code Bldg 718, JID • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

266 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Create Second Means of Egress Admin Bldg 21133, SJA • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: TBD, will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

267 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Create Second Means of Egress Admin Bldg 21138, XVIII ABC • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

268 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Create Second Means of Egress BDE HQ Bldg 11242, XVIII ABC • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

269 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Repair Vehicle Exhaust System Bldg T2725, Fire Station 9 • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

270 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Repair Vehicle Exhaust System Bldg X5984, Fire Station 10 • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

271 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Design Convert DFAC Bldg C2523 Into Multi-Use Facility, 1BCT • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

272 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Install Storm Water Drainage System Simmons Air Traffic Tower P4343 • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

273 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Create Second Means of Egress BN HQ Bldg 11333, XVIII ABC • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

274 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Create Second Means of Egress Bldg 21728, ABNSOTD • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

275 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Create Second Means of Egress, BDE HQ Bldg 21731, DPTMS • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

276 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Create Second Means of Egress, BN HQ Bldg 21256, 82D • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

277 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Repair Roof 2nd Floor C-Wing, 9th Floor A-Wing and Warehouse • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

278 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Redesign/Alter Scuppers Bldg 13346, Throckmorton Library • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

279 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Design Repair Auditorium Bldg C7950 York Theater, 82D • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

280 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Kiest Lake Dam Survey and Slope Stability Analysis • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

281 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Design Repair Stormwater Beaver Creek Drainage • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

282 UNCLASSIFIED//FOUO DPW Construction Actions  Mission Partner: IMCOM DPW  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: Design Repair Lab and Test Bldg R2261, ASOTD • Forecasted Award Date: 28 Sept 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: Will not be known until requirements packet is received • Set-Aside:

Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

283 UNCLASSIFIED//FOUO USARC Army Training Model Support  Mission Partner: United States Army Reserve Command (USARC)  MICC Office: Fort Bragg  SBP Email: [email protected]  Requirement: To provide USARC with Army Training Model Support. • Forecasted Award Date: 30 Apr 2021 • Forecasted Solicitation Date: Feb 2021 • Estimated PoP/Ordering Period: 1 May 2021 – 30 Apr 2026 • Contract Type: FFP • Place of Performance: Fort Bragg, NC • Anticipated NAICS: TBD • Set-Aside: TBD  Current Contract Information: N/A • Current Contract/Order: • Incumbent: • Awarded Value: • PoP/Ordering Period: • Set-Aside: • Previous Source Selection: • NAICS:

284 UNCLASSIFIED//FOUO 419th CSB

Fort McCoy

285 UNCLASSIFIED//FOUO Concrete/Gravel ID/IQ  Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Concrete/Gravel Indefinite Delivery Indefinite Quantity (ID/IQ) contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 237310, Highway Street and Bridge Construction • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W911SA-19-D-2016 • Incumbent: Kaiyuh Services, LLC • Awarded Value: $5.1M • PoP/Ordering Period: 15 May 2019– 14 May 2022 • Set-Aside: 8(a) Competitive • Previous Source Selection: Invitation for Bid • NAICS: 237310, Highway Street and Bridge Construction

286 UNCLASSIFIED//FOUO Denver-Regional JOC covering Colorado  Mission Partner: 88th RD Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Denver-Regional Job Order Contract (JOC) covering Colorado • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: State of Colorado • Anticipated NAICS: 236220, Commercial and Institution Construction • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W911SA-17-D-0028 • Incumbent: Allcon • Awarded Value: $19.5M • PoP/Ordering Period: 4 Apr 2017– 3 Apr 2022 • Set-Aside: 8(a) Competitive • Previous Source Selection: Invitation for Bid • NAICS: 236220, Commercial and Institution Construction

287 UNCLASSIFIED//FOUO Water Main IDIQ  Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Water Main Indefinite Delivery Indefinite Quantity (ID/IQ) contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 237110, Water and Sewer Line and Related Structures Construction • Set-Aside: HUBZone  Current Contract Information: • Current Contract/Order: W911SA-19-D-2004 • Incumbent: MDM Construction • Awarded Value: $5.1M • PoP/Ordering Period: 15 Feb 2019 – 14 Feb 2022 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 237110, Water and Sewer Line and Related Structures Construction

288 UNCLASSIFIED//FOUO Motor City-Regional JOC covering Michigan  Mission Partner: 88th RD Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Motor City-Regional Job Order Contract (JOC) covering Michigan • Forecasted Award Date: 1 May 2021 • Forecasted Solicitation Date: 24 Feb 2021 • Estimated PoP/Ordering Period: 01 Jun 2021– 31 May 2026 • Contract Type: Firm Fixed Price • Place of Performance: State of Michigan • Anticipated NAICS: 236220, Commercial and Institution Construction • Set-Aside: HUBZone  Current Contract Information: • Current Contract/Order: W911SA-17-D-2004 • Incumbent: West Coast JV • Awarded Value: $15.0M • PoP/Ordering Period: 01 Jun 2017– 31 May 2021 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 236220, Commercial and Institution Construction

289 UNCLASSIFIED//FOUO Frontier-Regional JOC covering NE and KS  Mission Partner: 88th RD Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Frontier-Regional Job Order Contract (JOC) covering Nebraska and Kansas • Forecasted Award Date: 1 May 2021 • Forecasted Solicitation Date: 24 Feb 2021 • Estimated PoP/Ordering Period: 1 Jun 2021– 31 May 2026 • Contract Type: Firm Fixed Price • Place of Performance: States of Nebraska and Kansas • Anticipated NAICS: 236220, Commercial and Institution Construction • Set-Aside: HUBZone  Current Contract Information: • Current Contract/Order: W911SA-17-D-2006 • Incumbent: PEC Contracting • Awarded Value: $15.0M • PoP/Ordering Period: 5 Jun 2017– 31 May 2021 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 236220, Commercial and Institution Construction

290 UNCLASSIFIED//FOUO Fencing IDIQ  Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Fencing Indefinite Delivery Indefinite Quantity (ID/IQ) contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 238990, All Other Specialty Trade Contractors • Set-Aside: HUBZone  Current Contract Information: • Current Contract/Order: W911SA-20-D-2020 • Incumbent: Broadway Construction • Awarded Value: $4.1M • PoP/Ordering Period: 8 Jun 2020– 7 Jun 2023 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 238990, All Other Specialty Trade Contractors

291 UNCLASSIFIED//FOUO HVAC IDIQ  Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: HVAC Indefinite Delivery Indefinite Quantity (ID/IQ) contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 238220, Plumbing, Heating, and Air-Conditioning Contractors • Set-Aside: HUBZone  Current Contract Information: • Current Contract/Order: W911SA-18-D-2007 • Incumbent: MDM Construction • Awarded Value: $1.1M • PoP/Ordering Period: 21 Sep 2018– 20 Sep 2021 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 238220, Plumbing, Heating, and Air-Conditioning Contractors

292 UNCLASSIFIED//FOUO Packing and Crating  Mission Partner: Personal Property Processing Office Fort McCoy  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Preparation of personal property of DoD and USCG personnel for shipment and /or storage and related services through the Direct Procurement Method program. • Forecasted Award Date: 15 May 2021 • Forecasted Solicitation Date:1 March 2021 • Estimated PoP/Ordering Period: 1 June 2021- 31 May 2026 • Contract Type: FFP • Place of Performance: Throughout MN • Anticipated NAICS: 488991 - Packing and Crating • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-16-D-0017 • Incumbent: Piepho Moving and Storage, Inc. • Awarded Value: $1,785,953.60 • PoP/Ordering Period: 01 June 2016 – 31 May 2021 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 488991 - Packing and Crating

293 UNCLASSIFIED//FOUO Packing and Crating  Mission Partner: Personal Property Processing Office Fort McCoy  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Preparation of personal property of DoD and USCG personnel for shipment and /or storage and related services through the Direct Procurement Method program. • Forecasted Award Date: 15 May 2021 • Forecasted Solicitation Date:1 March 2021 • Estimated PoP/Ordering Period: 1 June 2021- 31 May 2026 • Contract Type: FFP • Place of Performance: Throughout WI and MN • Anticipated NAICS: 488991 - Packing and Crating • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-16-D-0019 • Incumbent: Keene’s Transfer Inc • Awarded Value: $799,267.50 • PoP/Ordering Period: 01 June 2016 – 31 May2021 • Set-Aside: Small Business Set Aside • Previous Source Selection: Technically Acceptable and Lowest Price • NAICS: 488991 - Packing and Crating

294 UNCLASSIFIED//FOUO Dairy-Regional JOC covering Wisconsin  Mission Partner: 88th RD Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Dairy-Regional Job Order Contract (JOC) covering Wisconsin • Forecasted Award Date: 2 Apr 2022 • Forecasted Solicitation Date: 2 Jan 2022 • Estimated PoP/Ordering Period: 2 May 2022– 1 May 2027 • Contract Type: Firm Fixed Price • Place of Performance: State of Wisconsin • Anticipated NAICS: 236220, Commercial and Institution Construction • Set-Aside: HUBZone  Current Contract Information: • Current Contract/Order: W911SA-17-D-2000 • Incumbent: Khotol Services • Awarded Value: $19.5M • PoP/Ordering Period: 2 May 2017– 1 May 2022 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 236220, Commercial and Institution Construction

295 UNCLASSIFIED//FOUO Lumber IDIQ  Mission Partner: Fort McCoy Directorate of Plans, Training, Mobilization & Security  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Lumber Indefinite Delivery Indefinite Quantity (ID/IQ) contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 321912, Cut Stock, Resawing Lumber, and Planing • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911SA-16-D-0014 • Incumbent: All American Lumber, INC. • Awarded Value: $2.9M • PoP/Ordering Period: 1 May 2016–30 April 2021 • Set-Aside: Small Business Set Aside • Previous Source Selection: Simplified Procedures for Certain Commercial Items • NAICS: 321912, Cut Stock, Re-sawing Lumber, and Planing

296 UNCLASSIFIED//FOUO Quarry Materials IDIQ  Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Quarry Materials Indefinite Delivery Indefinite Quantity (ID/IQ) contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 212312, Crushed and Broken Limestone Mining and Quarrying • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911SA-17-D-1002 • Incumbent: Green Dream International, LLC • Awarded Value: $6.7M • PoP/Ordering Period: 7 July 2017– 6 July 2022 • Set-Aside: Small Business Set Aside • Previous Source Selection: Sealed Bidding • NAICS: 212312, Crushed and Broken Limestone Mining and Quarrying

297 UNCLASSIFIED//FOUO Demolition Indefinite Delivery Indefinite Quantity (ID/IQ) Contract

 Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Demolition Indefinite Delivery Indefinite Quantity (ID/IQ) contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 238910 - Site Preparation Contractors • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SA-20-D-2019 • Incumbent: Alliance Steel Construction, Inc. • Awarded Value: $2.6M • PoP/Ordering Period: 1 June 2020– 31 May 2023 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 238910 - Site Preparation Contractors

298 UNCLASSIFIED//FOUO Roofing Indefinite Delivery Indefinite Quantity (ID/IQ) contract

 Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Roofing Indefinite Delivery Indefinite Quantity (ID/IQ) contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 238160 - Roofing Contractors • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SA-20-D-2004 • Incumbent: RHI LLC • Awarded Value: $5M • PoP/Ordering Period: 1 April 2020– 31 March 2023 • Set-Aside: SDVOSB • Previous Source Selection: Invitation for Bid • NAICS: 238160 - Roofing Contractors

299 UNCLASSIFIED//FOUO Flooring Indefinite Delivery Indefinite Quantity (ID/IQ) contract

 Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Flooring Indefinite Delivery Indefinite Quantity (ID/IQ) contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 238330 – Flooring Contractors • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SA-19-D-2017 • Incumbent: Alliance Steel Construction, Inc. • Awarded Value: $3.4M • PoP/Ordering Period: 15 May 2019– 14 May 2022 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 238330 – Flooring Contractors

300 UNCLASSIFIED//FOUO Troop Projects Material BPA  Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Troop Projects Material Blank Purchase Agreement (BPA) • Forecasted Award Date: 07 November 2024 • Forecasted Solicitation Date: 03 September 2024 • Estimated PoP/Ordering Period: 08 November 2024- 07 November 2029 • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 321912, Cut Stock, Re-sawing Lumber, and Planning • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911SA-20-A-1001, W911SA-20-A-1002, & W911SA-20-A-1003 • Incumbent: All American Do-It Best, Logistics 365, & JMJ Construction • Awarded Value: Total BPA NTE $750,000.00 • PoP/Ordering Period: 08 November 2019– 07 November 2024 • Set-Aside: Small Business Set Aside • Previous Source Selection: Request for Quotation • NAICS: 321912, Cut Stock, Re-sawing Lumber, and Planing

301 UNCLASSIFIED//FOUO Seal Coat Roads ID/IQ  Mission Partner: Fort McCoy, Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Seal Coat Roads Indefinite Delivery Indefinite Quantity (ID/IQ) contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 06/01/2023 – 05/30/2026 • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 237310, Highway, Street and Bridge Construction • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911SA-20-D-2013 • Incumbent: Scott Construction, Inc • Awarded Value: $2,636,737.88 • PoP/Ordering Period: 01 June 2020 – 31 May 2023 • Set-Aside: Small Business Set Aside • Previous Source Selection: Invitation for Bid • NAICS: 237310 Highway, Street and Bridge Construction

302 UNCLASSIFIED//FOUO Fort McCoy MATOC ID/IQ  Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: MATOC Indefinite Delivery Indefinite Quantity (ID/IQ) 10 contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 236210, Industrial Building Construction • Set-Aside: Small Business Set Aside  Current Contract Information: • Current Contract/Order: W911SA-19-D-2014 (1 of the 10) • Incumbent: 10 Contractors • Awarded Value: $45M • PoP/Ordering Period: 6 Feb2019 – 14 Feb 2023 • Set-Aside: Small Business Set Aside • Previous Source Selection: Request for Proposals • NAICS: 236210, Industrial Building Construction

303 UNCLASSIFIED//FOUO Buckeye Job Order Contract  Mission Partner: 88th Readiness Division DPW  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Buckeye Job Order Contract  Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: State of OH • Anticipated NAICS: 236220, COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SA-19-D-2003 • Incumbent: WEST COAST JV, LLC • Awarded Value: $10.9M • PoP/Ordering Period: 12/01/2018– 08/14/2023 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 236220, COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

304 UNCLASSIFIED//FOUO Fort Hunter Liggett Renovation, Maintenance & Repair JOC

 Mission Partner: USARC 63rd RD at Fort Hunter Liggett Directorate of Public Works in CA  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Fort Hunter Liggett (FHL) and Parks Reserve Forces Training Area (PRFTA) Renovation, Maintenance and Repair Job Order Contract (JOC) • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Per Task Order (FHL and/or PRFTA) • Anticipated NAICS: 236220, Commercial & Institutional Building Construction • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W911SA-18-D-2002 • Incumbent: AHTNA Design-Build, Inc. • Awarded Value: $30M • PoP/Ordering Period: 3 March 2018– 14 March 2023 • Set-Aside: 8(a) Competitive • Previous Source Selection: Invitation for Bid • NAICS: 236220, Commercial & Institutional Building Construction

305 UNCLASSIFIED//FOUO Lincoln Job Order Contract  Mission Partner: 88th Readiness Division DPW  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Lincoln Job Order Contract  Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: State of IL • Anticipated NAICS: 236220, COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SA-19-D-2002 • Incumbent: PANACEA GROUP, LLC • Awarded Value: $15.9M • PoP/Ordering Period: 12/05/2018– 12/04/2023 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 236220, COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

306 UNCLASSIFIED//FOUO Northwest Job Order Contract  Mission Partner: 88th Readiness Division DPW  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Northwest Job Order Contract  Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: States of ID, MT, UT, WA, and parts of OR and CO • Anticipated NAICS: 236220, COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W911SA-18-D-2001 • Incumbent: PM JENKINS GROUP- PROFESSIONAL MANAGEMENT SERVICES LLC • Awarded Value: $20M • PoP/Ordering Period: 03/15/2018– 03/14/2023 • Set-Aside: 8(a) Competitive • Previous Source Selection: Invitation for Bid • NAICS: 236220, COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

307 UNCLASSIFIED//FOUO Ozark Job Order Contract  Mission Partner: 88th Readiness Division DPW  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Ozark Job Order Contract  Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: States of IA and MO • Anticipated NAICS: 236220, COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SA-17-D-2001 • Incumbent: KHOTOL SERVICES CORP • Awarded Value: $15M • PoP/Ordering Period: 04/17/2017– 05/01/2022 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 236220, COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION

308 UNCLASSIFIED//FOUO Hoosier Job Order Contract  Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Hoosier (IN) Job Order Contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 232660, Commercial and Institutional Building Construction • Set-Aside: SDVOSB  Current Contract Information: • Current Contract/Order: W911SA-17-D-2002 • Incumbent: Troop Contracting, Inc. • Awarded Value: $15M • PoP/Ordering Period: 2 May 2017– 1 May 2022 • Set-Aside: SDVOSB • Previous Source Selection: Invitation for Bid • NAICS: 232660, Commercial and Institutional Building Construction

309 UNCLASSIFIED//FOUO Plains Job Order Contract  Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Plains (MN, ND, SD, WY) Job Order Contract • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 232660, Commercial and Institutional Building Construction • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W911SA-19-D-2015 • Incumbent: Complete Contract, Inc. • Awarded Value: $10M • PoP/Ordering Period: 15 February 2019 – 14 February 2024 • Set-Aside: 8(a) Competitive • Previous Source Selection: Invitation for Bid • NAICS: 232660, Commercial and Institutional Building Construction

310 UNCLASSIFIED//FOUO 63rd RD MATOC  Mission Partner: Fort McCoy Directorate of Public Works  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Region 1 (AR,OK) Multiple-Award Indefinite Delivery Indefinite Quantity • Forecasted Award Date: To Be Determined (TBD) • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: Firm Fixed Price • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 232660, Commercial and Institutional Building Construction • Set-Aside: HUBZone  Current Contract Information: • Current Contract/Order: W911SA-20-D-2002 • Incumbent: A&J Construction Management, LLC • Awarded Value: $15M • PoP/Ordering Period: 16 December 2019 – 15 December 2024 • Set-Aside: HUBZone • Previous Source Selection: Invitation for Bid • NAICS: 232660, Commercial and Institutional Building Construction

311 UNCLASSIFIED//FOUO Custodial Services  Mission Partner: 88th Readiness Division  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Custodial Services, MI053, Saginaw MI • Forecasted Award Date: 01 September 2021 • Forecasted Solicitation Date: 01 June 2021 • Estimated PoP/Ordering Period: 01 September 2021 - 31 August 2026 • Contract Type: FFP • Place of Performance: Saginaw, MI • Anticipated NAICS: 561720, Custodial Services • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-16-P-0124 • Incumbent: HJ Contracting • Awarded Value: $124,347.00 • PoP/Ordering Period: 01 September 2016 – 31 August 2021 • Set-Aside: WOSB • Previous Source Selection: FFP • NAICS: 561720, Custodial Services

312 UNCLASSIFIED//FOUO Custodial Services  Mission Partner: 88th Readiness Division  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Custodial Services at COL PICKNEY LUGENBEEL ARC ID001 in Boise, Idaho • Forecasted Award Date: 13 April 2021 • Forecasted Solicitation Date: 22 February 2021 • Estimated PoP/Ordering Period: 01 June 2021 – 31 May 2026 • Contract Type: FFP • Place of Performance: Boise, ID • Anticipated NAICS: 561720, Custodial/Janitorial Services • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-16-P-0109 • Incumbent: Wisdom Elite, LLC • Awarded Value: $80,570.00 • PoP/Ordering Period: 01 June 2016 – 31 May 2021 • Set-Aside: SDVOSB • Previous Source Selection: LPTA • NAICS: 561720, Custodial/Janitorial Services

313 UNCLASSIFIED//FOUO Custodial Services  Mission Partner: 88th Readiness Division  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Custodial Services KS032 • Forecasted Award Date: 1 June 2021 • Forecasted Solicitation Date: 2 April 2021 • Estimated PoP/Ordering Period: 1 June 2021 – 31 May 2026 • Contract Type: FFP • Place of Performance: Topeka, KS • Anticipated NAICS: 561720, Janitorial Services • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-16-P-0108 • Incumbent: Wisdom Elite, LLC • Awarded Value: $83,018.62 • PoP/Ordering Period: 1 June 2016 – 31 May 2021 • Set-Aside: SDVOSB • Previous Source Selection: LPTA • NAICS: 561720, Janitorial Services

314 UNCLASSIFIED//FOUO Custodial Services  Mission Partner: 88th Readiness Division  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Custodial Services IN027 • Forecasted Award Date: 28 April 2021 • Forecasted Solicitation Date: 28 February 2021 • Estimated PoP/Ordering Period: 1 May 2021 – 30 April 2026 • Contract Type: FFP • Place of Performance: Facility IN027 located in Holbart, IN • Anticipated NAICS: 561720, Janitorial Services • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-16-P-0067 • Incumbent: HJ Contracting, LLC • Awarded Value: $124,583.19 • PoP/Ordering Period: 1 May 2016 – 30 April 2021 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 561720, Janitorial Services

315 UNCLASSIFIED//FOUO Snow Removal Services Multi-Site  Mission Partner: 88th Readiness Division  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Snow Removal Services IA058 (MS) • Forecasted Award Date: 01 Nov 2021 • Forecasted Solicitation Date: 01 Sep 2021 • Estimated PoP/Ordering Period: 01 Nov 2021 – 31 Oct 2026 • Contract Type: FFP • Place of Performance: Ames, Cherokee, Council Bluffs, SAC City, Sioux City, Davenport, Decorah Iowa City, Waterloo, Cedar Falls, and Washington, Iowa • Anticipated NAICS: 561790, Other Services to Buildings and Dwellings • Set-Aside: To Be Determined  Current Contract Information: (1 of 2) • Current Contract/Order: W911SA-16-P-0003 • Incumbent: ICD Builders Inc • Awarded Value: $1,509,482.50 • PoP/Ordering Period: 01 Nov 2015 – 31 Oct 2020 • Set-Aside: EDWOSB • Previous Source Selection: LPTA • NAICS: 561790, Other Services to Buildings and Dwellings

316 UNCLASSIFIED//FOUO Snow Removal Services Multi-Site Cont’d  Mission Partner: 88th Readiness Division  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Snow Removal Services IA058 (MS) • Forecasted Award Date: 01 Nov 2021 • Forecasted Solicitation Date: 01 Sep 2021 • Estimated PoP/Ordering Period: 01 Nov 2021 – 31 Oct 2026 • Contract Type: FFP • Place of Performance: Ames, Cherokee, Council Bluffs, SAC City, Sioux City, Davenport, Decorah Iowa City, Waterloo, Cedar Falls, and Washington, Iowa • Anticipated NAICS: 561790, Other Services to Buildings and Dwellings • Set-Aside: To Be Determined  Current Contract Information: (2 of 2) • Current Contract/Order: W911SA-17-P-0007 • Incumbent: Legion Service Provider LLC • Awarded Value: $573,018.75 • PoP/Ordering Period: 10 Nov 2016 – 31 Oct 2021 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 561790, Other Services to Buildings and Dwellings

317 UNCLASSIFIED//FOUO Packing and Crating  Mission Partner: Installation LRC  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Packing and Crating • Forecasted Award Date: 28 May 2021 • Forecasted Solicitation Date: 01 Apr 2021 • Estimated PoP/Ordering Period: 01 Jun 2021 – 31 May 2026 • Contract Type: FFP • Place of Performance: Multiple Counties (59) in MN • Anticipated NAICS: 488991, Packing and Crating • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-16-D-0017 • Incumbent: Piepho Moving and Storage • Awarded Value: $1,785,953.60 • PoP/Ordering Period: 01 Jun 16 – 31 May 21 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 488991, Packing and Crating

318 UNCLASSIFIED//FOUO Packing and Crating  Mission Partner: Installation LRC  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Packing and Crating • Forecasted Award Date: 28 May 2021 • Forecasted Solicitation Date: 01 Apr 2021 • Estimated PoP/Ordering Period: 01 Jun 2021 – 31 May 2026 • Contract Type: FFP - Requirements • Place of Performance: Multiple Counties in MN (14) and WI (11) • Anticipated NAICS: 488991, Packing and Crating • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-16-D-0018 • Incumbent: Wherely Moving Systems • Awarded Value: $906,631.05 • PoP/Ordering Period: 01 Jun 16 – 31 May 21 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 488991, Packing and Crating

319 UNCLASSIFIED//FOUO Packing and Crating  Mission Partner: Installation LRC  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Packing and Crating • Forecasted Award Date: 28 May 2021 • Forecasted Solicitation Date: 01 Apr 2021 • Estimated PoP/Ordering Period: 01 Jun 2021 – 31 May 2026 • Contract Type: FFP - Requirements • Place of Performance: Multiple Counties in WI (13) • Anticipated NAICS: 488991, Packing and Crating • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-16-D-0019 • Incumbent: Keene’s Transfer • Awarded Value: $1,549,618.01 • PoP/Ordering Period: 01 Jun 16 – 31 May 21 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 488991, Packing and Crating

320 UNCLASSIFIED//FOUO Tanker Purge  Mission Partner: 88th Readiness Division  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Tanker Purge • Forecasted Award Date: 24 Sep 2022 • Forecasted Solicitation Date: 22 Jul 2022 • Estimated PoP/Ordering Period: 27 Sep 2022 – 26 Sep 2027 • Contract Type: FFP - IDIQ • Place of Performance: ID,MT,UT, WA, WY • Anticipated NAICS: 811310, Commercial and Industrial Machinery Repair and Maintenance • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-17-D-3015 • Incumbent: Camcal, INC • Awarded Value: $1,413,739.00 • PoP/Ordering Period: 27 Sep 2017 – 26 Sep 2022 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 811310, Commercial and Industrial Machinery Repair and Maintenance

321 UNCLASSIFIED//FOUO Tanker Purge  Mission Partner: 88th Readiness Division  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Tanker Purge • Forecasted Award Date: 24 Sep 2022 • Forecasted Solicitation Date: 22 Jul 2022 • Estimated PoP/Ordering Period: 27 Sep 2022 – 26 Sep 2027 • Contract Type: FFP - IDIQ • Place of Performance: IL, MN, MI, OH • Anticipated NAICS: 811310, Commercial and Industrial Machinery Repair and Maintenance • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-17-D-3016 • Incumbent: Camcal, INC • Awarded Value: $1,521,033 • PoP/Ordering Period: 27 Sep 2017 – 26 Sep 2022 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 811310, Commercial and Industrial Machinery Repair and Maintenance

322 UNCLASSIFIED//FOUO Tanker Purge  Mission Partner: 88th Readiness Division  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Tanker Purge • Forecasted Award Date: 24 Sep 2022 • Forecasted Solicitation Date: 22 Jul 2022 • Estimated PoP/Ordering Period: 27 Sep 2022 – 26 Sep 2027 • Contract Type: FFP - IDIQ • Place of Performance: IA, MN, WI • Anticipated NAICS: 811310, Commercial and Industrial Machinery Repair and Maintenance • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-17-D-3016 • Incumbent: Camcal, INC • Awarded Value: $1,443,414 • PoP/Ordering Period: 27 Sep 2017 – 26 Sep 2022 • Set-Aside: Small Business Set Aside • Previous Source Selection: LPTA • NAICS: 811310, Commercial and Industrial Machinery Repair and Maintenance

323 UNCLASSIFIED//FOUO Training Support Services  Mission Partner: Fort McCoy DPTMS  MICC Office: Fort McCoy  SBP Email: [email protected]  Requirement: Training Support • Forecasted Award Date: 28 Sep 2024 • Forecasted Solicitation Date: 1 Aug 2020 • Estimated PoP/Ordering Period: 1 Oct 2024 – 30 Sep 2029 • Contract Type: FFP - IDIQ • Place of Performance: Fort McCoy, WI • Anticipated NAICS: 611699, All Other Miscellaneous Schools and Instruction • Set-Aside: To Be Determined  Current Contract Information: • Current Contract/Order: W911SA-20-D-3002 • Incumbent: Odin Solutions International • Awarded Value: $5,494,562 • PoP/Ordering Period: 17 Oct 2019 – 30 Sep 2024 • Set-Aside: SDVOSB • Previous Source Selection: LPTA • NAICS: 611699, All Other Miscellaneous Schools and Instruction

324 UNCLASSIFIED//FOUO

418th CSB

325 UNCLASSIFIED//FOUO 418th CSB

DPG

326 UNCLASSIFIED//FOUO IMCOM BASE OPERATIONS SUPPORT

 Mission Partner: IMCOM/GARRISON  MICC Office: Dugway Proving Ground  SBP Email: [email protected]  Requirement: Provide Base Operations and Maintenance Services/Supplies to Dugway Proving Ground to support the Army Missions • Forecasted Award Date: 01 November 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 January 2023 - 31 December 2027 • Contract Type: TBD • Place of Performance: Dugway Proving Ground, Utah • Anticipated NAICS: 561210 – Facilities Support Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract: W911S818D0014 • Incumbent: CHENEGA FACILITIES MANAGEMENT, LLC • Awarded Value: $88,925,919 • PoP/Ordering Period: 01 Mar 2018 – 31 December 2022 • Set-Aside: 8(a) • Previous Source Selection: Trade-off • NAICS: 561210 – Facilities Support Services

327 UNCLASSIFIED//FOUO IMCOM PROPANE DELIVERY SERVICES

 Mission Partner: IMCOM/GARRISON  MICC Office: Dugway Proving Ground  SBP Email: [email protected]  Requirement: Purchase and Delivery of Bulk Propane. Vendor delivers via tanker to multiple sites at DPG as Liquid Propane (LP) is the only source of heat energy at DPG. No natural gas line exists to DPG • Forecasted Award Date: 1 August 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 1 July 2021 – 30 June 2026 • Contract Type: FFP • Place of Performance: Dugway Proving Ground, Utah • Anticipated NAICS: 324110 – Petroleum Refineries • Set-Aside: Unrestricted  Current Contract Information: • Current Contract: W911S616F0014 (GSA Schedule GS10F8701G) • Incumbent: AMERIGAS PROPANE • Awarded Value: $8,131,173 • PoP/Ordering Period : 15 September 2016 – 30 June 2021 • Set-Aside: Unrestricted • Previous Source Selection: LPTA • NAICS: 324110 – Petroleum Refineries

328 UNCLASSIFIED//FOUO IMCOM PAVING/HORIZONTAL CONSTRUCTION  Mission Partner: IMCOM/GARRISON  MICC Office: Dugway Proving Ground  SBP Email: [email protected]  Requirement: Construct new parking lots, new asphaltic paved roads, resurface existing pavements, pavement striping, constructing and repairing airfields at any location that is owned by Dugway Proving Ground • Forecasted Award Date: 01 March 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 May 2022 – 30 April 2027 • Contract Type: FFP • Place of Performance: Dugway Proving Ground, Utah • Anticipated NAICS: 237310, Highway, Street, and Bridge Construction • Set-Aside: 8(a)  Current Contract Information: • Current Contract: W911S617D0002 • Incumbent: ML – TKL Construction JV • Awarded Value: $10,608,619 • PoP/Ordering Period: 15 May 2017 – 30 Apr 2022 • Set-Aside: 8(a) • Previous Source Selection: Sealed Bidding • NAICS: 237310, Highway, Street, and Bridge Construction

329 UNCLASSIFIED//FOUO IMCOM JANITORIAL SERVICES SUPPORT

 Mission Partner: IMCOM/GARRISON  MICC Office: Dugway Proving Ground  SBP Email: [email protected]  Requirement: Provide common level custodial services support • Forecasted Award Date: 01 December 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 February 2022 – TBD • Contract Type: FFP • Place of Performance: Dugway Proving Ground, Utah • Anticipated NAICS: 561720 – Facilities Support Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract: W911S619C0002 • Incumbent: INTEGRATED FACILITIES MANAGEMENT, LLC • Awarded Value: $3,862,435 • PoP/Ordering Period: 01 February 2019 – 31 January 2022 • Set-Aside: 8(a) • Previous Source Selection: Sole Source • NAICS: 561720 – Facilities Support Services

330 UNCLASSIFIED//FOUO IMCOM REFUSE COLLECTION SERVICES

 Mission Partner: IMCOM/GARRISON  MICC Office: Dugway Proving Ground  SBP Email: [email protected]  Requirement: Pick up and disposal at local landfill of non-hazardous solid waste to include green procurement, waste prevention, recycling and solid waste management • Forecasted Award Date: 01 October 2023 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 November 2023 – 31 October 2028 • Contract Type: FFP • Place of Performance: Dugway Proving Ground, Utah • Anticipated NAICS: 562111 – Solid Waste Collection • Set-Aside: 8(a)  Current Contract Information: • Current Contract: W911S619C0001 • Incumbent: CHENGA HEALTHCARE SERVICES, LLC • Awarded Value: $1,695,283 • PoP/Ordering Period: 01 November 2018 – 31 October 2023 • Set-Aside: 8(a) • Previous Source Selection: Sole Source • NAICS: 562111 – Solid Waste Collection

331 UNCLASSIFIED//FOUO ATEC/WDTC Data Science Contract  Mission Partner: ATEC/WDTC  MICC Office: Dugway Proving Ground  SBP Email: [email protected]  Requirement: Technical support to operate, configure, test and maintain network operations, Infrastructure/Boundary Protection Operations/Network Management, Directory & Authentication Services, Storage & Virtualization Services, Operations Support, custom software development and test support. • Forecasted Award Date: 01 March 2023 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 May 2023 – 30 April 2028 • Contract Type: Hybrid (FFP, LH, COST) • Place of Performance: Dugway Proving Ground, Utah • Anticipated NAICS: 541512 – Computer Systems Design Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract: W911S618D0002 • Incumbent: VSOLVIT LLC • Awarded Value: $7,834,465 • PoP/Ordering Period: 01 May 2018 to 30 April 2023 • Set-Aside: 8(a) • Previous Source Selection: Trade-off • NAICS: 541512 – Computer Systems Design Services

332 UNCLASSIFIED//FOUO 418th CSB

Fort Bliss

333 UNCLASSIFIED//FOUO Cultural Role Players

 Mission Partner: 1st Armored Division (FORSCOM)  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Cultural Role Players • Forecasted Award Date: 13 October 2021 • Forecasted Solicitation Date: 1 September 2021 • Estimated PoP/Ordering Period: 1 November 2021 – 31 October 2022 • Contract Type: FFP • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 611710, Educational Support Services • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W911SG-21-D-0001 • Incumbent: Marco Federal Services, Inc • Awarded Value: $3,159,925 • PoP/Ordering Period: 1 November 2020 – 31 October 2021 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 611710, Educational Support Services

334 UNCLASSIFIED//FOUO Help Desk Services

 Mission Partner: NCOLCoE / TRADOC  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Help Desk Services. • Forecasted Award Date: 6 March 2023 • Forecasted Solicitation Date: 1 February 2023 • Estimated PoP/Ordering Period: 7 March 2023 – 6 March 2026 • Contract Type: FFP • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 541519, Other Computer Related Services • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W911SG-20-P-0013 • Incumbent: Masser Group Inc. • Awarded Value: $1,346,610 • PoP/Ordering Period: 7 March 2020 – 6 March 2023 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 541519, Other Computer Related Services

335 UNCLASSIFIED//FOUO Instructors and System Administrators

 Mission Partner: NCOLCoE / TRADOC  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Instructors and System Administrator Support Personnel • Forecasted Award Date: 15 June 2023 • Forecasted Solicitation Date: 1 May 2023 • Estimated PoP/Ordering Period: 6 July 2023 – 5 July 2026 • Contract Type: FFP • Place of Performance: Fort Bliss, TX • Anticipated NAICS: TBD • Set-Aside: Small Business

 Current Contract Information: • Current Contract/Order: W911SG-20-F-0076 (GSA Schedule GS00F0013W) • Incumbent: Tolliver Group, Inc. • Awarded Value: $1,704,902 • PoP/Ordering Period: 6 July 2020 – 5 July 2023 • Set-Aside: Small Business • Previous Source Selection: LPTA • GSA Schedule NAICS: 541611, Administrative Management and General Management consulting services

336 UNCLASSIFIED//FOUO Structured Self Development Courses

 Mission Partner: NCOLCoE / TRADOC  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Structured Self Development Courses • Forecasted Award Date: 18 August 2023 • Forecasted Solicitation Date: 10 March 2023 • Estimated PoP/Ordering Period: 18 August 2023 – 17 August 2026 • Contract Type: FFP • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 611430, Professional & Management Development Training • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W911SG-20-C-0006 • Incumbent: Tigua Facility Services, Inc. • Awarded Value: $1,432,163 • PoP/Ordering Period: 18 August 2020 – 17 August 2023 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 611430, Professional & Management Development Training

337 UNCLASSIFIED//FOUO Fort Bliss Roofing IDI Q

 Mission Partner: IMCOM-Fort Bliss DPW  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Fort Bliss Roofing IDIQ. • Forecasted Award Date: 1 Jan 2023 • Forecasted Solicitation Date: 1 Oct 2022 • Estimated PoP/Ordering Period: 1 Jan 2023 – 31 Dec 2028 • Contract Type: FFP • Place of Performance: Fort Bliss, TX and N.M. range areas • Anticipated NAICS: 238160, Roofing Contractors • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W911S818D0022 • Incumbent: Globe Builders • Awarded Value: $8M • PoP/Ordering Period: 19 Sep 2018 – 31 Dec 2022 • Set-Aside: 8(a). • Previous Source Selection: Sealed Bidding • NAICS: 238160, Roofing Contractors

338 UNCLASSIFIED//FOUO Fort Bliss Paving IDIQ

 Mission Partner: IMCOM-Fort Bliss DPW  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Fort Bliss Paving IDIQ. • Forecasted Award Date: 19 April 2021 • Forecasted Solicitation Date: 31 Jan 2021 • Estimated PoP/Ordering Period: 19 April 2021- 18 April 2026 • Contract Type: FFP • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 237310, Highway, Street, and Bridge Construction • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W911SG19D0002 • Incumbent: Volter • Awarded Value: $8,327,767 • PoP/Ordering Period: 19 April 2019 – 18 April 2021 • Set-Aside: 8(a) • Previous Source Selection: Sealed Bidding • NAICS: 237310, Highway, Street and Bridge Construction

339 UNCLASSIFIED//FOUO WSMR Roofing (Multiple) requirements

 Mission Partner: IMCOM-WSMR DPW  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: WSMR Roofing (Multiple) requirements through the FY. • Forecasted Award Date: 30 Sep 2021 • Forecasted Solicitation Date: 1 Aug 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: WSMR, N.M. • Anticipated NAICS: 238160, Roofing Contractors • Set-Aside: TBD

 Current Contract Information: N/A

340 UNCLASSIFIED//FOUO WSMR Culvert Repair (Multiple) requirements

 Mission Partner: IMCOM-WSMR DPW  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: WSMR Culvert Repair (Annual requirement). • Forecasted Award Date: 30 Sep 2021 • Forecasted Solicitation Date: 1 Aug 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: WSMR, N.M. • Anticipated NAICS: 237310, Highway, Street, and Bridge Construction • Set-Aside: TBD

 Current Contract Information: N/A

341 UNCLASSIFIED//FOUO WSMR Parking Lot Repairs (Annual requirement)

 Mission Partner: IMCOM-WSMR DPW  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: WSMR Parking Lot Repairs (Annual requirement). • Forecasted Award Date: 30 Sep 2021 • Forecasted Solicitation Date: 1 Aug 2021 • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: WSMR, N.M. • Anticipated NAICS: 237310, Highway Street and Bridge Construction • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911SG20C0029 • Incumbent: Impact Electric • Awarded Value: $230,079.57 • PoP/Ordering Period: 9 Sep 2020 – 30 May 2021 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 237310, Highway Street and Bridge Construction

342 UNCLASSIFIED//FOUO Refuse

 Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Refuse • Forecasted Award Date: 1 January 2022 • Forecasted Solicitation Date: 15 October 2021 • Estimated PoP/Ordering Period: 4 January 2022 – 3 January 2027 • Contract Type: FFP • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 562111, Solid Waste Collection • Set-Aside: TBD

 Current Contract Information: • Current Contract/Order: W911S8-18-D-0012 • Incumbent: GEO International Management, LLC. • Awarded Value: $11.4M • PoP/Ordering Period: 4 January 2018 – 3 January 2022 • Set-Aside: 100% HubZone • Previous Source Selection: LPTA • NAICS: 562111, Solid Waste Collection

343 UNCLASSIFIED//FOUO Refuse

 Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Refuse • Forecasted Award Date: 1 January 2022 • Forecasted Solicitation Date: 15 October 2021 • Estimated PoP/Ordering Period: 4 January 2022 – 3 January 2027 • Contract Type: FFP • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 562111, Solid Waste Collection • Set-Aside: TBD

 Current Contract Information: • Current Contract/Order: W911S8-18-D-0012 • Incumbent: GEO International Management, LLC. • Awarded Value: $11.4M • PoP/Ordering Period: 4 January 2018 – 3 January 2022 • Set-Aside: 100% HubZone • Previous Source Selection: LPTA • NAICS: 562111, Solid Waste Collection

344 UNCLASSIFIED//FOUO Grounds Maintenance

 Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Grounds Maintenance • Forecasted Award Date: 31 October 2023 • Forecasted Solicitation Date: 1 August 2023 • Estimated PoP/Ordering Period: 1 November 2023 – 31 October 2028 • Contract Type: FFP IDIQ • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 561730, Landscaping Services • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W911S8-19-D-0001 • Incumbent: Franco Vasquez Joint Venture • Awarded Value: $12.7M • PoP/Ordering Period: 20 November 2018 – 31 October 2023 • Set-Aside: 8(a) • Previous Source Selection: Sole Source • NAICS: 561730, Landscaping Services

345 UNCLASSIFIED//FOUO Custodial Services

 Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Custodial • Forecasted Award Date: 1 December 2023 • Forecasted Solicitation Date: 1 August 2023 • Estimated PoP/Ordering Period: 23 January 2024 – 22 January 2029 • Contract Type: FFP IDIQ • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 561720, Janitorial Services • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W911S8-19-D-0005 • Incumbent: NuGate Group LLC. • Awarded Value: $18.6M • PoP/Ordering Period: 23 April 2019 – 22 January 2024 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 561720, Janitorial Services

346 UNCLASSIFIED//FOUO Latrine and Hand Washing Stations

 Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Latrines and Hand Washing Stations • Forecasted Award Date: 1 May 2022 • Forecasted Solicitation Date: 1 March 2022 • Estimated PoP/Ordering Period: 4 May 2022 – 3 May 2027 • Contract Type: FFP • Place of Performance: White Sands Missile Range, NM • Anticipated NAICS: 562991, Septic Tank and Related Services • Set-Aside: 100% SBSA

 Current Contract Information: • Current Contract/Order: W911SG-17-P-0047 • Incumbent: Vantex Service Corporation • Awarded Value: $1.4M • PoP/Ordering Period: 4 May 2017 – 3 May 2022 • Set-Aside: 100% SBSA • Previous Source Selection: LPTA • NAICS: 562991, Septic Tank and Related Services

347 UNCLASSIFIED//FOUO Movers and Handlers

 Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Movers and Handlers • Forecasted Award Date: 1 November 2021 • Forecasted Solicitation Date: 1 September 2021 • Estimated PoP/Ordering Period: 6 December 2021 – 5 December 2026 • Contract Type: FFP • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 484210, Used Household and Office Goods Moving • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W911SG-16-P-0096 • Incumbent: Esparza, Inc. • Awarded Value: $3.6M • PoP/Ordering Period: 6 June 2016 – 5 December 2021 • Set-Aside: 8(a) • Previous Source Selection: Sole Source • NAICS: 484210, Used Household and Office Goods Moving

348 UNCLASSIFIED//FOUO Recycling

 Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Recycling • Forecasted Award Date: 1 September 2021 • Forecasted Solicitation Date: 1 August 2021 • Estimated PoP/Ordering Period: 30 September 2021 – 29 September 2026 • Contract Type: FFP • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 562111, Solid Waste Collection • Set-Aside: 8(a)

 Current Contract Information: • Current Contract/Order: W911SG-17-C-0080 • Incumbent: L&P Scientific Consulting, LLC. • Awarded Value: $3.9M • PoP/Ordering Period: 30 September 2017 – 29 September 2021 • Set-Aside: 8(a) • Previous Source Selection: Sole Source • NAICS: 562111, Solid Waste Collection

349 UNCLASSIFIED//FOUO WSMR JOC

 Mission Partner: IMCOM White Sands Missile Range (WSMR)  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: WSMR Job Order Contract • Forecasted Award Date: 10 September 2021 • Forecasted Solicitation Date: 22 April 2021 • Estimated PoP/Ordering Period: 30 September 2021 – 29 September 2026 • Contract Type: FFP • Place of Performance: White Sands Missile Range, NM • Anticipated NAICS: 236220 • Set-Aside: Small Business Set-Aside

 Current Contract Information: N/A

350 UNCLASSIFIED//FOUO BLISS JOC

 Mission Partner: IMCOM Fort Bliss DPW  MICC Office: Fort Bliss  SBP Email: [email protected]  Requirement: Bliss Job Order Contract • Forecasted Award Date: 23 September 2021 • Forecasted Solicitation Date: 8 April 2021 • Estimated PoP/Ordering Period: 23 September 2021 – 22 September 2026 • Contract Type: FFP • Place of Performance: Fort Bliss, TX • Anticipated NAICS: 236220 • Set-Aside: Pending Determination

 Current Contract information: N/A

351 UNCLASSIFIED//FOUO 418th CSB

Fort Carson

352 UNCLASSIFIED//FOUO Solid Waste Collection (Pinon Canyon)

 Mission Partner: IMCOM  MICC Office: Fort Carson  SBP Email: [email protected]  Requirement: Provide all necessary management, supervision, personnel, materials, transportation, general and specialized tools and equipment required to accomplish all the refuse collection and off-post disposal services at Piñon Canyon Maneuver Site (PCMS). There are no active landfills at PCMS and services varies according to Fort Carson training requirements and troop training usage. • Forecasted Award Date: Sept 2023 • Forecasted Solicitation Date: Sept 2022 • Estimated PoP/Ordering Period: Sept 2023- Sept 2028 • Contract Type: FFP • Place of Performance: PCMS, Colorado • Anticipated NAICS: 562111, Solid Waste Collection • Set-Aside: TBD  Current Contract/Order: • W911RZ-18-D-0005 • Incumbent: Twin Landfill Corporation • Awarded Value (incl. Options): $2M • PoP/Ordering Period: 25 Sept 2018 – 24 Sept 2023 • Set-Aside: Small Business Set-Aside • Previous Source Selection: LPTA • NAICS: 562111, Solid Waste Collection

353 UNCLASSIFIED//FOUO 418th CSB

Fort Hood

354 UNCLASSIFIED//FOUO Portable Latrines Services

 Mission Partner: Customer DPW (IMCOM)  MICC Office: Fort –Hood  SBP Email: [email protected]  Requirement: Portable Latrine services at , Texas. • Forecasted Award Date: June 2022 • Forecasted Solicitation Date: December 2021 • Estimated PoP/Ordering Period: 01 Sep 2022- 31 Aug 2027 • Contract Type: FFP • Place of Performance: Fort Hood, TX • Anticipated NAICS: 562991, Septic and Related Services • Set-Aside: TBD

 Current Contract Information: • Current Contract/Order: W91151-17-D-0009 • Incumbent: Vantex Services Corporation • Awarded Value: $7.3M • PoP/Ordering Period: 16 Sep 2017- 31 Aug 2022 • Set-Aside: SBSA • Previous Source Selection: LPTA • NAICS: 562991, Septic and Related Services

355 UNCLASSIFIED//FOUO Cooling Towers

 Mission Partner: Customer DPW (IMCOM)  MICC Office: Fort –Hood  SBP Email: [email protected]  Requirement: Provide personnel, management, equipment, tools, parts, supplies, transportation and any other items or services not Government furnished necessary to perform heating, ventilation, and air conditioning chemical water treatment service at Fort Hood, Texas. • Forecasted Award Date: 15 July 2021 • Forecasted Solicitation Date: 01 March 2021 • Estimated PoP/Ordering Period: 01 August 2021 – 31 July 2026 • Contract Type: FFP • Place of Performance: Fort Hood, TX • Anticipated NAICS: TBD • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91151-16-C-0070 P 00010 • Incumbent: Coastline, LTD • Awarded Value: $2.1M • PoP/Ordering Period: 01 August 2020 – 31 July 2021 • Set-Aside: Small Business • Previous Source Selection: LPTA • NAICS: 325998, ALL OTHER MISCELLANEOUS CHEMICAL PRODUCT

356 UNCLASSIFIED//FOUO Multifunctional Devices - Garrison

 Mission Partner: Customer Garrison (IMCOM)  MICC Office: Fort –Hood  SBP Email: [email protected]  Requirement: Contract to provide leased MFD’s to the various units of III Corps that are assigned to Ft Hood, TX. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. • Forecasted Award Date: 22 Apr 2024 • Forecasted Solicitation Date: TBA • Estimated PoP/Ordering Period: 23 Apr 2024 - 22 Apr 2028 • Contract Type: FFP • Place of Performance: Fort Hood, TX • Anticipated NAICS: 334111, Electronic Computer Manufacturing • Set-Aside: SBSA (action to be procured through Army CHESS IDIQ)  Current Contract Information: • Current Contract/Order: W52P1J-16-D-0028 /W91151-19-F-0054 • Incumbent: MICROTECHNOLOGIES, LLC • Awarded Value: $1,596,129 • PoP/Ordering Period: 23 Apr 2019 – 22 Apr 2024 • Set-Aside: SBSA • Previous Source Selection: LPTA • NAICS: 334111, Electronic Computer Manufacturing

357 UNCLASSIFIED//FOUO Animal Control Services

 Mission Partner: Customer DPW (IMCOM)  MICC Office: Fort –Hood  SBP Email: [email protected]  Requirement: Animal Control Services in support of the Directorate of Public Works (DPW). This contract is established as a key component for protecting the soldiers, family members, and others on the installation by identifying and removing dangerous animals. Traditionally, the Department of Emergency Services (DES) provides an Animal Control contract to provide animal control officers to be the first responders for domestic animal control issues. The first responders are responsible for the capture, impoundment, disposal and control of privately owned and stray animals. • Forecasted Award Date: 01 July 2022 • Forecasted Solicitation Date: TBA • Estimated PoP/Ordering Period: 01 Jul 2022 – 30 Jun 2026 • Contract Type: FFP • Place of Performance: Fort Hood, TX • Anticipated NAICS: 541940, Veterinary Services. • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W91151-17-C-0047 • Incumbent: CHENEGA SUPPORT SERVICES, LLC • Awarded Value: $5,517,021 • PoP/Ordering Period: 30 Jun 2017 – 01Jul 2022 • Set-Aside: Unrestricted • Previous Source Selection: LPTA • NAICS: 541940, Veterinary Services. 358 UNCLASSIFIED//FOUO Fire Protection Services

 Mission Partner: Customer DPW (IMCOM)  MICC Office: Fort –Hood  SBP Email: [email protected]  Requirement: The Contractor shall perform all inspections, testing, maintenance, repair work, and service calls on fire protection and mass notification systems located throughout the Fort Hood Military Reservation in support of the Directorate of Public Works (DPW). The Contractor shall provide Fire Protection Services necessary to maintain the interior of facilities and to keep the Garrison in a well-protected status by eliminating the causes of fire and minimizing the possibility of loss of life and property by fire. • Forecasted Award Date: January 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 April 2022 – 31 March 2027 • Contract Type: FFP • Place of Performance: Fort Hood, TX • Anticipated NAICS: 561621, Security System Services (except Locksmiths) • Set-Aside: SBSA  Current Contract Information: • Current Contract/Order: W911S8-17-D-0006 • Incumbent: Fire & Access Control Systems.Com, Inc. • Awarded Value: $19,862,887 • PoP/Ordering Period: 1 April 2017- 31 March 2022 • Set-Aside: 100% SB • Previous Source Selection: LPTA • NAICS: 561621, Security System Services (except Locksmiths)

359 UNCLASSIFIED//FOUO Range Operations

 Mission Partner: Customer DPTMS  MICC Office: Fort –Hood  SBP Email: [email protected]  Requirement: The Contractor is required to operate ranges and provide services, support and range maintenance, for scheduled training events seven days a week, 24 hours a day including weekends and holidays to support training on Fort Hood (FH), Texas. • Forecasted Award Date: 15 Feb 2022 • Forecasted Solicitation Date: 1 Jun 2021 • Estimated PoP/Ordering Period: 1 May 2022 – 30 Apr 2027 • Contract Type: CPFF with FFP line items • Place of Performance: Fort Hood, TX • Anticipated NAICS: 561210, Facilities Support Services • Set-Aside: 8(a) program

 Current Contract Information: • Current Contract/Order: W91151-17-C-0001 • Incumbent: Katmai Support Services • Awarded Value: $46.6 million (Rounded) • PoP/Ordering Period: 1 Jul 2017 – 30 Apr 2022 • Set-Aside: 8(a) program • Previous Source Selection: LPTA • NAICS: 561210, Facilities Support Services

360 UNCLASSIFIED//FOUO Potable Ice Service

 Mission Partner: Customer DOL (ASC)  MICC Office: Fort –Hood  SBP Email: [email protected]  Requirement: Potable Ice services on Fort Hood, Texas. • Forecasted Award Date: November 2022 • Forecasted Solicitation Date: June 2022 • Estimated PoP/Ordering Period: 01 FEB 2018– 31 JAN 2023 • Contract Type: FFP • Place of Performance: Fort Hood, TX • Anticipated NAICS: 312113, Ice Manufacturing • Set-Aside: TBD

 Current Contract Information: • Current Contract/Order: W91151-18-D-0002 • Incumbent: Heath, INC • Awarded Value: $2,511,500.00 • PoP/Ordering Period: 01 FEB 2018– 31 JAN 2023 • Set-Aside: 100% Small Business Set-Aside. • Previous Source Selection: LPTA • NAICS: 312113, Ice Manufacturing

361 UNCLASSIFIED//FOUO Military Skills Enhancement MSE Instruction

 Mission Partner: Customer DPTMS  MICC Office: Fort –Hood  SBP Email: [email protected]  Requirement: The Contractor shall provide employees, training and supplies in support of MSE instruction, Training Division at Fort Hood, Texas. The Contractor shall perform the necessary MSE instruction vital to the installation mission. • Forecasted Award Date: 01 June 2023 • Forecasted Solicitation Date: 15 September 2022 • Estimated PoP/Ordering Period: 01 July 2023– 30 June 2028 • Contract Type: FFP • Place of Performance: Fort Hood, TX • Anticipated NAICS: 611210, Junior Colleges • Set-Aside: Unrestricted

 Current Contract Information: • Current Contract/Order: W91151-18-D-0003 • Incumbent: Central Texas College • Awarded Value: $13,563,406 • PoP/Ordering Period: 01 July 2018– 30 June 2023 • Set-Aside: Unrestricted • Previous Source Selection: LPTA • NAICS: 611210, Junior Colleges

362 UNCLASSIFIED//FOUO Environmental Services  Mission Partner: Commander, White Sands Missile Range (ATEC)  MICC Office: Fort Hood TX  SBP Email: [email protected]  Requirement: The Contractor shall provide all necessary management, tools, materials, supplies, supervision, transportation, equipment, and labor to accomplish this work in connection with implementing the environmental services contract for the Army Test and Evaluation Command (ATEC) at White Sands Missile Range (WSMR). Work is performed through a multi-disciplined staff and includes Resource Conservation and Recovery Act (RCRA) hazardous waste handling and management. • Forecasted Award Date: 1 September 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 1 September 2021-31 August 2024 • Contract Type: FFP • Place of Performance: White Sands Missile Range, White Sands, New Mexico • Anticipated NAICS: 541620, Environmental Consulting Services • Set-Aside: Direct 8(a)  Current Contract/Order: W9115119D0006 • Incumbent: Harris Environmental Group, INC. • Awarded Value: $3M • PoP/Ordering Period: 4 September 2019-31 August 2021 • Set-Aside: Direct 8(a) • Previous Source Selection: Sole Source • NAICS: 541620, Environmental Consulting services

363 UNCLASSIFIED//FOUO Fire Test Support Services

 Mission Partner: US Army Operational Test Command (OTC) (ATEC)  MICC Office: Fort Hood TX  SBP Email: [email protected]  Requirement: This is a non-personal services contract to provide administrative support, data management, data collection, instrumentation, IT services, and logistics support to the Integrated Test and Evaluation, and Fires Test Directorates in support of mission requirements. • Forecasted Award Date: 20 April 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 20 April 2022-19 April 2027 • Contract Type: CPFF/IDIQ • Place of Performance: Fort Sill, OK and Fort Bliss, TX • Anticipated NAICS: 541330, Engineering Services • Set-Aside: Competitive 8(a)  Current Contract/Order: W9115116D0007 • Incumbent: SAWTST, LLC. • Awarded Value: $91M • PoP/Ordering Period: 20 April 2016-19 April 2022 • Set-Aside: Competitive 8(a) • Previous Source Selection: Trade-off • NAICS: 541330, Engineering Services

364 UNCLASSIFIED//FOUO Mission (Test) Support Services

 Mission Partner: Commander, White Sands Missile Range (ATEC)  MICC Office: Fort Hood TX  SBP Email: [email protected]  Requirement: The Contractor shall provide non-personal services to support the planning, logistics, provisioning, acquisition, operation, maintenance, research and development of systems, equipment and facilities for White Sands Missile Range (WSMR) Test and Evaluation (T&E) mission. • Forecasted Award Date: 1 September 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 1 September 2024-31 August 2029 • Contract Type: CPFF • Place of Performance: White Sands Missile Range, White Sands, New Mexico • Anticipated NAICS: 541330, Engineering Services • Set-Aside: Unrestricted  Current Contract/Order: W9115119C0008 • Incumbent: Southwest Range Services, LLC. • Awarded Value: $377M • PoP/Ordering Period: 1 December 2019-31 August 2024 • Set-Aside: Unrestricted • Previous Source Selection: Trade-off • NAICS: 541330, Engineering Services

365 UNCLASSIFIED//FOUO Test Engineering and Analysis Support Services

 Mission Partner: Commander, White Sands Missile Range (ATEC)  MICC Office: Fort Hood TX  SBP Email: [email protected]  Requirement: The contractor shall provide non-personal services for test engineering, analysis and support of the White Sands Missile Range (WSMR) mission, its tenants and ATEC Organizations.  Forecasted Award Date: 1 July 2023 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 1 July 2023-30 June 2028 • Contract Type: CPFF • Place of Performance: White Sands Missile Range, White Sands, New Mexico • Anticipated NAICS: 541330, Engineering Services • Set-Aside: Competitive 8(a)  Current Contract/Order: W9115118C0013 • Incumbent: TNT Premier Partnership • Awarded Value: $75M • PoP/Ordering Period: 1 June 2018-30 June 2023 • Set-Aside: Competitive 8(a) • Previous Source Selection: LPTA • NAICS: 541330, Engineering Services

366 UNCLASSIFIED//FOUO 418th CSB

Fort Irwin

367 UNCLASSIFIED//FOUO Mobile Corrosion Rehabilitation Services

 Mission Partner: Customer (FORSCOM) W91ZKV  MICC Office: Fort Irwin  SBP Email: [email protected]  Requirement: Provide Mobile Corrosion Rehabilitation Services for Government-owned equipment in accordance with manufacturer specifications and required publications, to include cleaning, surface preparation and painting undercarriage. • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Irwin, CA • Anticipated NAICS: 811121 Automotive Body, Paint, and Interior Repair and Maintenance • Set-Aside: Small Business  Current Contract Information: • Current Contract/Order: W9124B-18-P-0021 P00007 • Incumbent: CARC COATING TECHNOLOGIES INC • Awarded Value: $5.5M • PoP/Ordering Period: 24 Sep 2018 – 23 Sep 2023 • Set-Aside: Small Business • Previous Source Selection: LPTA • NAICS: 811121, Automotive Body, Paint, and Interior Repair and Maintenance

368 UNCLASSIFIED//FOUO Base Operations Support Services (BOSS)

 Mission Partner: IMCOM, US Army Garrison  MICC Office: Fort Irwin, CA  SBP Email: [email protected]  Requirement: Provides critical installation support services and facility maintenance and repair to the US Army Garrison, Fort Irwin, its Soldiers and families, as well as support to Active Army, Army Reserve, and units during training exercises at the National Training Center. • Forecasted Award Date: 01 March 2022 • Forecasted Solicitation Date: 01 April 2021 • Estimated PoP/Ordering Period: 01 May 2022 - 30 April 2027 • Contract Type: FFP • Place of Performance: Fort Irwin, CA • Anticipated NAICS: 561210 – Facilities Support Services • Set-Aside: Unrestricted  Current Contract Information: • Current Contract/Order: W9124B-18-C-0004 • Incumbent: High Desert Support Services, LLC • Awarded Value: $138,875,274 • PoP/Ordering Period: 18 May 2018 – 31 January 2022 • Set-Aside: Sole Source • Previous Source Selection: Sole Source • NAICS: 561210 – Facilities Support Services

369 UNCLASSIFIED//FOUO Portable Latrine Services

 Mission Partner: FORSCOM  MICC Office: Fort Irwin, CA  SBP Email: [email protected]  Requirement: This requirement provide non-sewer portable latrines and hand wash stations and related services in support of the training facilities at various sites within the boundaries of the National Training Center (NTC) and surrounding areas of Fort Irwin, California. • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Irwin, California • Anticipated NAICS: 562991 – Septic Tank and Related Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124B-16-D-0001 • Incumbent: RonJon Rentals Inc. • Awarded Value: $12,631,000.00 • PoP/Ordering Period: 16 March 2016 – 17 Sep 2021 • Set-Aside: Small Business • Previous Source Selection: LPTA • NAICS: 562991 – Septic Tank and Related Services

370 UNCLASSIFIED//FOUO Solid Waste Management Support Services

 Mission Partner IMCOM, US Army Garrison  MICC Office: Fort Irwin, CA  SBP Email: [email protected]  Requirement: Provide Solid Waste Management Support Services • Forecasted Award Date: 8/20/2021 • Forecasted Solicitation Date: 4/26/2021 • Estimated PoP/Ordering Period: 8/28/2021-8/27/2023 • Contract Type: FFP • Place of Performance: Fort Irwin, CA • Anticipated NAICS: 562111, Solid Waste Collection • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract/Order: W912EP-20-C-0022 • Incumbent: SPECPRO PROFESSIONAL SERVICES LLC • Awarded Value: $3M • PoP/Ordering Period: 28 Sep 2020 – 27 Sep 2021 • Set-Aside: 8 (a) • Previous Source Selection: Sole Source • NAICS: 562111, Solid Waste Collection

371 UNCLASSIFIED//FOUO 418th CSB

Fort Polk

372 UNCLASSIFIED//FOUO Rotation Life Support Services  Mission Partner: FORSCOM  MICC Office: Fort Polk  SBP Email: [email protected]  Requirement: Rotation Life Support Services. This is for non-personal services incidental to the set-up, operations, and removal of life support structures and services at Fort Polk, LA and other locations as identified in support of special training exercises conducted by the Joint Readiness training Center (JRTC) and Fort Polk. • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 June 2021 – 30 May 2026 • Contract Type: FFP • Place of Performance: Fort Polk, LA • Anticipated NAICS: 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing • Set-Aside: TBD  Current Contract Information: • Current Contract: W9124E-16-D-0006 • Incumbent: Mahaffey Tent and Awning Co., Inc. • Awarded Value: $44.5M • POP: 01 July 2016 – 31 May 2021 • Set-Aside: Small Business • Source Selection: LPTA • NAICS: 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing 373 UNCLASSIFIED//FOUO 3-353rd Training Support Services

 Mission Partner: FORSCOM  MICC Office: Fort Polk  SBP Email: [email protected]  Requirement: 3-353rd Training Support Services. Non-personal services necessary to perform 353rd Regiment Battalion requirements which entails providing realistic, collective training experience at the Brigade Combat Team (BCT) level with the primary objective of training light infantry, air assault, rangers and other units. • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 26 May 2021 – 25 May 2026 • Contract Type: FFP • Place of Performance: Fort Polk, LA • Anticipated NAICS: 611699, All Other Miscellaneous Schools and Instruction • Set-Aside: TBD  Current Contract Information: • Current Contract: W9124E-18-D-0002 • Incumbent: Threat Tec LLC • Awarded Value: $26M • POP: 25 November 2017 – 25 May 2021 • Set-Aside: Small Business • Source Selection: LPTA • NAICS: 611699, All Other Miscellaneous Schools and Instruction

374 UNCLASSIFIED//FOUO Mission Support Services

 Mission Partner: FORSCOM  MICC Office: Fort Polk  SBP Email: [email protected]  Requirement: Mission Support Services for rotational training requirements preparing soldiers, sailors, airmen, marines, and other military forces for future world-wide deployment to theaters of varying conflict for Joint Readiness Training Center (JRTC) and Fort Polk, U.S. Army Combat Training Center (CTC). • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 25 September 2023 – 24 September 2028 • Contract Type: Cost Plus Fixed Fee (CPFF) • Place of Performance: Fort Polk, LA • Anticipated NAICS: 611699, All Other Miscellaneous Schools and Instruction • Set-Aside: TBD  Current Contract Information: • Current Contract: W91247-18-C-0001 • Incumbent: Valiant • Awarded Value: $500M • POP: 25 September 2017 – 24 September 2023 • Set-Aside: Unrestricted • Source Selection: Competitive Negotiated • NAICS: 611699, All Other Miscellaneous Schools and Instruction

375 UNCLASSIFIED//FOUO Laundry and Dry Cleaning Services

 Mission Partner: Army Sustainment Command (ASC)  MICC Office: Fort Polk  SBP Email: [email protected]  Requirement: Laundry and Dry Cleaning Services. non-personal services contract to provide Laundry and Dry Cleaning (L&DC) contract service is to clean and press textiles, garments, linens, Organizational Clothing and Individual Equipment (OCIE) and other fabrics for Active and Reserve components. • Forecasted Award Date: 01 November 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 January 2023 – 24 September 2028 • Contract Type: FFP • Place of Performance: Fort Polk, LA • Anticipated NAICS: 812320, Dry Cleaning and Laundry Services • Set-Aside: TBD  Current Contract Information: • Current Contract: W9124E-20-A-0001 • Incumbent: Progend Inc • Awarded Value: $1M • POP: 01 January 2020 – 31 December 2022 • Set-Aside: Small Business • Source Selection: Simplified Acquisition Procedures • NAICS: 812320, Dry Cleaning and Laundry Services

376 UNCLASSIFIED//FOUO Visual Information Services

 Mission Partner: IMCOM  MICC Office: Fort Polk  SBP Email: [email protected]  Requirement: Visual Information Services. This is a non-personal services contract to provide Directorate of Plans, Training, Mobilization, and Security (DPTMS), Training Division, Visual Information services. • Forecasted Award Date: 01 November 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: June 2023 – 24 September 2028 • Contract Type: FFP • Place of Performance: Fort Polk, LA • Anticipated NAICS: 541810, Advertising Agencies • Set-Aside: TBD

 Current Contract Information: • Current Contract: W9124E-20-F-0063 (GSA Schedule GS23F0119R) • Incumbent: Red Incorporated • Awarded Value: $2.5M • POP: 01 June 2020 – 31 May 2023 • Set-Aside: WOSB • Source Selection: Negotiated Order Against Order Vehicle • NAICS: 541810, Advertising Agencies

377 UNCLASSIFIED//FOUO Packing and Crating

 Mission Partner: Army Sustainment Command (ASC)  MICC Office: Fort Polk  SBP Email: [email protected]  Requirement: Packing and Crating. Non-personal services contract for packing, containerization, local drayage, delivery, unpacking, storage and related services for personal property shipments. • Forecasted Award Date: 01 November 2023 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 January 2024 – 31 Dec 2028 • Contract Type: FFP • Place of Performance: Fort Polk, LA • Anticipated NAICS: 488991, Packing and Crating • Set-Aside: TBD

 Current Contract Information: • Current Contract: W911RX-19-D-0003 • Incumbent: American Moving and Storage of Leesville • Awarded Value: $1.8M • POP: 01 January 2019 – 31 December 2023 • Set-Aside: Small Business • Source Selection: Sealed Bidding • NAICS: 488991, Packing and Crating

378 UNCLASSIFIED//FOUO Bagged/Crushed Ice

 Mission Partner: Army Sustainment Command (ASC)  MICC Office: Fort Polk  SBP Email: [email protected]  Requirement: Bagged / Crushed Ice. Requirements for bagged crushed ICE for Fort Polk, LA. Contractor is also required to provide one mechanically cooled ice storage house (building or van) with the capacity of holding a minimum of 60,000 pounds of crushed bagged ice and twenty mechanically cooled ice storage bins each with the capacity of holding a minimum of 1,120 pounds of crushed bagged ice. • Forecasted Award Date: 01 February 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 March 2024 – 28 February 2029 • Contract Type: FFP • Place of Performance: Fort Polk, LA • Anticipated NAICS: 312113, Ice Manufacturing • Set-Aside: TBD  Current Contract Information: • Current Contract: W911RX-19-D-0004 • Incumbent: West Ice Services • Awarded Value: $1.6M • POP: 01 March 2019 – 29 February 2024 • Set-Aside: Small Business • Source Selection: LPTA • NAICS: 312113, Ice Manufacturing

379 UNCLASSIFIED//FOUO Paving and Drainage

 Mission Partner: IMCOM  MICC Office: Fort Polk  SBP Email: [email protected]  Requirement: Paving and Drainage. Contractor to execute repairs and new construction of pavement, infrastructure, and drainage at various locations at Fort Polk, to include maneuver areas and airfields. • Forecasted Award Date: 01 October 2023 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 November 2023 – 31 October 2028 • Contract Type: FFP • Place of Performance: Fort Polk, LA • Anticipated NAICS: 237310, Highway, Street, and Bridge Construction • Set-Aside: 8(a)  Current Contract Information: • Current Contract: W9124E-21-D-0001 • Incumbent: Acadiana Companies, LLC • Awarded Value: $30M • POP: 17 November 2020 – 31 October 2023 • Set-Aside: 8(a) Competitive (limited to contractors serviced by the LA district office) • Source Selection: Sealed Bidding • NAICS: 237310, Highway, Street, and Bridge Construction

380 UNCLASSIFIED//FOUO 418th CSB

Fort Riley

381 UNCLASSIFIED//FOUO Construction Aggregate

 Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Riley, KS  SBP Email: [email protected]  Requirement: Supply and deliver Aggregate Materials (Crushed Stone, Sand & Road Salt) to maintain the viability and safe use of all road surfaces located on Fort Riley, Kansas. • Forecasted Award Date: Dec 2021 • Forecasted Solicitation Date: Nov 2021 • Estimated POP/Ordering Period: 1 Jan 2022 – 31 Dec 2026 • Contract Type: FFP • Place of Performance: Fort Riley, KS • Anticipated NAICS: 212321, Construction Sand and Gravel Mining • Set-Aside: Small Business  Current Contract Information: • Current Contract: W911RX18D0001 • Incumbent: Bayer Construction Company, Inc. • Awarded Value: $1.6M • POP: 1 Jan 2018 – 31 Dec 2021 • Set-Aside: Small Business • Source Selection: LPTA • NAICS: 212321, Construction Sand and Gravel Mining

382 UNCLASSIFIED//FOUO Washer and Dryer Maintenance  Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Riley, KS  SBP Email: [email protected]  Requirement: Provide washers and dryers rental services at various locations throughout Fort Riley, KS • Forecasted Award Date: Feb 2022 • Forecasted Solicitation Date: Jan 2022 • Estimated POP/Ordering Period: 01 Apr 2022 – 31 Mar 2027 • Contract Type: FFP • Place of Performance: Fort Riley, KS • Anticipated NAICS: 532210, Consumer Electronics and Appliances Rental • Set-Aside: Small Business  Current Contract Information: • Current Contract: W911RX18D0005 • Incumbent: Excalibur Laundries, Inc. • Awarded Value: $2M • POP: 1 Apr 2018 – 31 Mar 2022 • Set-Aside: Small Business • Source Selection: Sealed Bid • NAICS: 532210, Consumer Electronics and Appliances Rental

383 UNCLASSIFIED//FOUO Packing and Crating Services  Mission Partner: Logistics Readiness Center (ASC)  MICC Office: Fort Riley, KS  SBP Email: [email protected]  Requirement: Provide Non-Personal Inbound/Outbound/Local Packing and Crating Support Services to cover the Fort Riley geographical area. • Forecasted Award Date: Oct 2021 • Forecasted Solicitation Date: Sep 2021 • Estimated POP/Ordering Period: 1 Jan 2022 – 31 Dec 2026 • Contract Type: FFP • Place of Performance: Fort Riley, KS • Anticipated NAICS: 488991, Packing and Crating • Set-Aside: Small Business  Current Contract Information: • Current Contract: W911RX17D0003 • Incumbent: King’s Moving & Storage, Inc. • Awarded Value: $2.2M • POP: 1 Jan 2017– 31 Dec 2021 • Set-Aside: Small Business • Source Selection: Sealed Bid • NAICS: 488991, Packing and Crating

384 UNCLASSIFIED//FOUO Intrusion Detection Services  Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Riley, KS  SBP Email: [email protected]  Requirement: Intrusion Detection System (IDS) Maintenance and Monitoring. The IDS covers 300 plus zones on the installation. • Forecasted Award Date: Oct 2021 • Forecasted Solicitation Date: Sep 2021 • Estimated POP/Ordering Period: 1 Dec 2021 – 30 Nov 2026 • Contract Type: FFP • Place of Performance: Fort Riley, KS • Anticipated NAICS: 561621, Security Systems Services • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract: W911RX18D0002 • Incumbent: Firelake Construction, Inc. • Awarded Value: $4.2M • POP: 1 Dec 2017– 30 Nov 2021 • Set-Aside: 8(a) Competitive • Source Selection: Trade-off • NAICS: 561621, Security Systems Services

385 UNCLASSIFIED//FOUO Refuse Removal Services  Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Riley, KS  SBP Email: [email protected]  Requirement: The Contractor shall furnish all supervision, management, personnel, materials, equipment, tools, transportation, refuse containers, and other items and non-personal services necessary to perform refuse and recycling services and operate the C/D landfill at Fort Riley, KS • Forecasted Award Date: Feb 2022 • Forecasted Solicitation Date: Jan 2022 • Estimated POP/Ordering Period: 1 Apr 2022 – 31 Mar 2027 • Contract Type: FFP • Place of Performance: Fort Riley, KS • Anticipated NAICS: 562111, Solid Waste Collection • Set-Aside: 8(a) Competitive  Current Contract Information: • Current Contract: W911RX18D0003 • Incumbent: VMX International, Inc. • Awarded Value: $5.5M • POP: 1 Apr 2018 – 31 Mar 2022 • Set-Aside: 8(a) Competitive • Source Selection: LPTA • NAICS: 562111, Solid Waste Collection

386 UNCLASSIFIED//FOUO Roads Maintenance  Mission Partner: Directorate of Public Works (IMCOM)  MICC Office: Fort Riley, KS  SBP Email: [email protected]  Requirement: The contractor shall manage and accomplish simultaneous projects for a broad range of of maintenance, repair and minor construction work on vehicle roadways and airfield paving projects • Forecasted Award Date: Apr 2023 • Forecasted Solicitation Date: Feb 2023 • Estimated POP/Ordering Period: 1 Jul 2023 – 30 June 2028 • Contract Type: FFP • Place of Performance: Fort Riley, KS • Anticipated NAICS: 237310, Highway, Street, and Bridge Construction • Set-Aside: Unrestricted  Current Contract Information: • Current Contract: W911RX18D0007 • Incumbent: Bayer Construction Company, Inc. • Awarded Value: $26M • POP: 1 July 2018 – 30 June 2023 • Set-Aside: Unrestricted • Source Selection: Sealed Bid • NAICS: 237310, Highway, Street, and Bridge Construction

387 UNCLASSIFIED//FOUO 418th CSB

JBLM

388 UNCLASSIFIED//FOUO Integrated Commercial Intrusion Detection System II, IV

 Mission Partner: AMC/IMCOM  MICC Office: Joint Base Lewis-McChord  SBP Email: [email protected]  Requirement: Directorate of Emergency Services, JBLM and Yakima Training Center requires support for monitoring and maintenance services for the ICIDS II and IV). Provide personnel, equipment, tools, labor, materials, supervision, and other items necessary to monitor, maintain, repair, replace, survey and manage the ICIDS II and ICIDS IV system. • Forecasted Award Date: 28 February 2024 • Forecasted Solicitation Date: 3 November 2023 • Estimated PoP/Ordering Period: 1 March 2024 – 29 February 2029 • Contract Type: FFP • Place of Performance: JBLM & YTC, Washington • Anticipated NAICS: 561621, Security Systems Services (Except Locksmiths) • Set-Aside: TBD

 Current Contract Information: • Current Contract/Order: W911S8-19-D-0004 • Incumbent: Evergreen Fire Alarms, LLC • Awarded Value: $7.1M • PoP/Ordering Period: 1 March 2019 – 29 February 2024 • Set-Aside: Unrestricted • Previous Source Selection: LPTA • NAICS: 561621, Security Systems Services (Except Locksmiths)

389 UNCLASSIFIED//FOUO Intra-City and Intra-Area Moves  Mission Partner: AMC/IMCOM  MICC Office: Joint Base Lewis-McChord  SBP Email: [email protected]  Requirement: Local transportation and shipping of household goods. Includes other services such as pre-move surveys, tagging, preparing inventory and packing lists, and the ability to service appliances as necessary to carry out the requirements of this contract. Service is typically 50 mile radius of JBLM. • Forecasted Award Date: 30 September 2023 • Forecasted Solicitation Date: 7 July 2023 • Estimated PoP/Ordering Period: 1 October 2023 – 30 September 2028 • Contract Type: FFP • Place of Performance: JBLM, Washington • Anticipated NAICS: 484210, Used Household and Office Goods Moving • Set-Aside: TBD

 Current Contract Information: • Current Contract/Order: W911S8-19-D-0002 • Incumbent: Golden Services, LLC • Awarded Value: $8.4M • PoP/Ordering Period: 1 October 2018 – 30 September 2023 • Set-Aside: 100% Small Business • Previous Source Selection: LPTA • NAICS: 484210, Used Household and Office Goods Moving

390 UNCLASSIFIED//FOUO Pavement Markings (JBLM)

 Mission Partner: AMC/IMCOM  MICC Office: Joint Base Lewis-McChord  SBP Email: [email protected]  Requirement: Provide all plant, tools, equipment, materials, and labor to execute striping requirements JBLM and Yakima Training Center. Construction IDIQ covering a broad range of street, parking lot, and airfield striping at various locations. • Forecasted Award Date: 28 February 2023 • Forecasted Solicitation Date: 1 December 2022 • Estimated PoP/Ordering Period: 1 April 2023 – 30 March 2028 • Contract Type: FFP • Place of Performance: JBLM & YTC, Washington • Anticipated NAICS: 237310, Highway, Street, and Bridge Construction • Set-Aside: TBD

 Current Contract Information: • Current Contract/Order: W911S8-18-D-0015 • Incumbent: MJ Contractors, LLC • Awarded Value: $9M • PoP/Ordering Period: 1 April 2019– 31 March 2023 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 237310, Highway, Street, and Bridge Construction

391 UNCLASSIFIED//FOUO Multiple Award Task Order Contract (Construction)  Mission Partner: AMC/IMCOM  MICC Office: Joint Base Lewis-McChord  SBP Email: [email protected]  Requirement: Work under this requirement consists of real property maintenance, repair, remodel, alteration, and minor construction projects to include industrial, commercial and institutional facilities. Contractor shall manage and accomplish simultaneous projects for a broad range of tades, but not limited to: carpentry, excavation, electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete, masonry, welding, HVAC, asbestos removal, etc. on real property. • Forecasted Award Date: 14 July 2021 • Forecasted Solicitation Date: 1 March 2021 • Estimated PoP/Ordering Period: 15 July 2021 – 14 July 2026 • Contract Type: FFP • Place of Performance: JBLM, Washington • Anticipated NAICS: 236220, Commercial and Institutional Building Construction • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W911S8-16-D-0014 • Incumbent: CMEC, Inc • Awarded Value: $9.9M • PoP/Ordering Period: 22 September 2016 – 14 July 2021 • Set-Aside: 100% HUBZone • Previous Source Selection: LPTA • NAICS: 236220, Commercial and Institutional Building Construction

392 UNCLASSIFIED//FOUO Fire Suppression, Alarm, Sprinkler Maint. Sys.  Mission Partner: AMC/IMCOM  MICC Office: Joint Base Lewis-McChord  SBP Email: [email protected]  Requirement: Provide fire suppression, fire alarm, and fire sprinkler systems inspection, testing, and maintenance services for the entire JBLM, and JBLM Yakima Training Center facilities. Contractor shall furnish all management, tools, supplies, equipment, and labor necessary to inspect, restore, maintain, repair, clean, and perform testing of installed facility fire sprinkler systems, fire alarm systems, kitchen fire suppression systems, clean agent suppression systems, fire pumps, fire pump monitoring devices, and fire sprinkler monitoring devices. • Forecasted Award Date: 30 April 2022 • Forecasted Solicitation Date: 7 January 2022 • Estimated PoP/Ordering Period: 1 May 2022 – 30 April 2027 • Contract Type: FFP • Place of Performance: JBLM & YTC, WA • Anticipated NAICS: 561621, Security Systems Services (except Locksmiths) • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W911S8-17-D-0010 • Incumbent: Oatridge-Evergreen 8A2 JV LLC • Awarded Value: $10.4M • PoP/Ordering Period: 1 February 2017 – 30 April 2022 • Set-Aside: Competitive 8(a) • Previous Source Selection: LPTA • NAICS: 561621, Security Systems Services (except Locksmiths)

393 UNCLASSIFIED//FOUO 418th CSB

YPG

394 UNCLASSIFIED//FOUO Base Operations Support Services  Mission Partner: IMCOM  MICC Office: Yuma Proving Ground (YPG)  SBP Email: [email protected]  Requirement: Maintenance, repair, modification and construction of facilities, real property, and test sites; operation of family housing; grounds keeping; engineering design; sanitary landfill operation; heating and air conditioning maintenance and repair; water treatment and distribution; pest control; and test support within these traditional Public Works functions (i.e. maintenance and repair of test sites to include gun positions, buildings, structures; clearing and relocating natural vegetation; clearing and extending overhead power and improved roads at test sites; and building earthen observation mounds and barriers at gun positions). • Forecasted Award Date: 28 June 2022 • Forecasted Solicitation Date: 7 Sep 2021 • Estimated PoP/Ordering Period: 01 November 2022 – 30 October 2027 with a 30 day phase-in period of 1 Oct 2022 to 31 Oct 2022. • Contract Type: FFP • Place of Performance: YPG, AZ • Anticipated NAICS: 561210, Facilities Support Services • Set-Aside: Small Business  Current Contract Information: • Current Contract: W911S8-18-D-0018 • Incumbent: Shearwater Mission Support, LLC • Awarded Value: $36M • POP: 13 December 2018 – 31 October 2022 • Set-Aside: Small Business • Source Selection: Tradeoff • NAICS: 561210, Facilities Support Services

395 UNCLASSIFIED//FOUO Fire Suppression Support Services

 Mission Partner: IMCOM  MICC Office: Yuma Proving Ground (YPG)  SBP Email: [email protected]  Requirement: Provide inspection, testing, maintenance and repairs to existing Fire Suppression Systems and Fire Alarm Systems • Forecasted Award Date: 01 March 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 April 2024 – 31 March 2029 • Contract Type: FFP • Place of Performance: YPG, AZ • Anticipated NAICS: 561621 Security Systems Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract: W9124R-19-D-0001 • Incumbent: Nicklaus Engineering, Inc. • Awarded Value: $5.2M • POP: 01 April 2019 - 31 March 2024 • Set-Aside: 8(a) Direct Award • Source Selection: LPTA • NAICS: 811310, Commercial and Industrial Machinery and Equipment

396 UNCLASSIFIED//FOUO Mission Test Support Services

 Mission Partner: ATEC  MICC Office: Yuma Proving Ground (YPG)  SBP Email: [email protected]  Requirement: Contract supports the test and training missions by supporting the short-staffed Government workforce with contractor personnel. Support provided to any given test program is typically the result of a collaborative effort of several functional areas to include Electronic Instrumentation Operation, Optical & Geodetic Instrumentation Operation, Metrology & Simulation Operation, Computation and Automation, Operations and Maintenance, Range Management Operations, Technical and Engineering Special Services, Range Communication Operations, Information Management Operations, & Data Management and Test Coordination • Forecasted Award Date: 01 August 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 October 2022 – 30 September 2027 • Contract Type: CPAF (Tentative) or possibly CPFF • Place of Performance: YPG, AZ • Anticipated NAICS: 541330, Engineering Services • Set-Aside: Unrestricted  Current Contract Information: • Current Contract: W9124R-18-C-0001 • Incumbent: TRAX International Corp. • Awarded Value: $377M • POP: 01 June 2018 - 30 September 2022 • Set-Aside: Unrestricted • Source Selection: Trade-off • NAICS: 541330, Engineering Services

397 UNCLASSIFIED//FOUO Aviation Support Services

 Mission Partner: ATEC  MICC Office: Yuma Proving Ground (YPG)  SBP Email: [email protected]  Requirement: Flight Services Division augments the operation, maintenance and servicing of any and all assigned aircraft at Laguna Army Airfield (LAAF) and provides Aviation Support Services (AVSS) for aviation customers. LAAF presently operates and maintains four (4) UH-60A helicopters and one (1) Cessna Caravan C208B Cargo-master airplane as instrumentation platforms, and two (2) CASA 212 airplanes in support of the U.S. Army Special Operational Command Military Free Fall School. All aircrafts are maintained/repaired at YPG LAAF by Flight Services Division. • Forecasted Award Date: 01 February 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 March 2024 – 28 February 2029 • Contract Type: FFP • Place of Performance: YPG, AZ • Anticipated NAICS: 488190, Other Support Activities for Air Transportation • Set-Aside: SDVOSB  Current Contract Information: • Current Contract: W91151-19-C-0007 • Incumbent: LOGMET, LLC • Awarded Value: $18M • POP: 01 Apr 2019 - 29 February 2024 • Set-Aside: SDVOSB • Source Selection: Trade-off • NAICS: 488190, Other Support Activities for Air Transportation

398 UNCLASSIFIED//FOUO Tropic Test Support Services

 Mission Partner: ATEC  MICC Office: Yuma Proving Ground (YPG)  SBP Email: [email protected]  Requirement: Planning/conducting environmental development tests at unique tropical microclimate sites both within the CONUS remote and OCONUS locations in Australia, French Guyana, Guam, Honduras, Panama, and . Provide testing of and training on various types of military equipment and weapon systems currently used in world theaters supported by the U.S. Government. These services include test planning, coordination, execution, data analysis, and test cost estimating and reporting on a wide variety of tests such as natural environmental tropical testing, vehicle verification testing, environmental exposure testing, and tropical medicine testing at tropical test locations. • Forecasted Award Date: 01 January 2024 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 01 March 2024 – 28 February 2029 • Contract Type: CPFF • Place of Performance: YPG, AZ • Anticipated NAICS: 541330, Engineering Services • Set-Aside: TBD  Current Contract Information: • Current Contract: W91151-19-C-0015 • Incumbent: TRAX International Corp. • Awarded Value: $11M • POP: 01 June 2019 - 31 May 2024 • Set-Aside: Unrestricted • Source Selection: Trade-off • NAICS: 541330, Engineering Services

399 UNCLASSIFIED//FOUO Crane Maintenance and Repair Services

 Mission Partner: IMCOM/ATEC  MICC Office: Yuma Proving Ground (YPG)  SBP Email: [email protected]  Requirement: Provide maintenance, repair, and certification on Government Owned overhead cranes. Services include the professional attention involved to inspect on a scheduled basis, certify in keeping with OSHA standards and OEM regulations, maintain, and repair to overhead cranes. • Forecasted Award Date: 28 August 2021 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 29 September 2021 – 28 September 2026 • Contract Type: FFP with T&M CLIN • Place of Performance: YPG, AZ • Anticipated NAICS: 811310, Commercial and Industrial Machinery and Equipment • Set-Aside: Small Business  Current Contract Information: • Current Contract: W9124R-16-P-0052 • Incumbent: Orbit Industrial Service & Maintenance LLC • Awarded Value: $1.3M • POP: 29 September 2016 - 28 September 2021 • Set-Aside: Small Business • Source Selection: LPTA • NAICS: 811310, Commercial and Industrial Machinery and Equipment

400 UNCLASSIFIED//FOUO FDO Fort Sam Houston

Fort Sam Houston

401 UNCLASSIFIED//FOUO Real Estate, Advisory and Consulting Support Services

 Mission Partner: Office of the Assistant Secretary of the Army for Installations, Energy and Environment (ASA/IEE)  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: Real Estate, Advisory and Consulting Support Services for the Department of the Army (DA) worldwide Army Housing and Unaccompanied Housing (UH) Programs. • Forecasted Award Date: 28 August 2021 • Forecasted Solicitation Date: 1 June 2021 • Estimated PoP/Ordering Period: 29 September 2021 - 28 September 2024 • Contract Type: FFP • Place of Performance: CONUS • Anticipated NAICS: 531390, Other Activities Related to Real Estate • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124J18C0032 • Incumbent: RER Solutions Inc. • Awarded Value: $2.8M • PoP/Ordering Period: 30 August 2018 – 28 September 2021 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 531390, Other Activities Related to Real Estate

402 UNCLASSIFIED//FOUO Audio-Visual Maintenance Services  Mission Partner: HQ IMCOM  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: Audio-Visual Maintenance Services for 44 VTC systems • Forecasted Award Date: 29 September 2021 • Forecasted Solicitation Date: 1 July 2021 • Estimated PoP/Ordering Period: 29 September 2021 - 28 September 2023 • Contract Type: FFP • Place of Performance: Joint Base San Antonio • Anticipated NAICS: 811213, Communication Equipment Repair and Maintenance • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124J19C0033 • Incumbent: OSI Vision LLC • Awarded Value: $2.3M • PoP/Ordering Period: 29 September 2019 – 29 September 2024 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 811213, Communication Equipment Repair and Maintenance

403 UNCLASSIFIED//FOUO Emergency Management Exercise and Training Support Services

 Mission Partner: HQ IMCOM  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: To provide emergency management exercise and training support services for the Army Emergency Management Program. • Forecasted Award Date: 28 September 2023 • Forecasted Solicitation Date: 28 April 2023 • Estimated PoP/Ordering Period: 28 September 2023 - 27 September 2028 • Contract Type: FFP • Place of Performance: CONUS and OCONUS • Anticipated NAICS: 611430, Professional and Management Development Training • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124J20D0038 • Incumbent: Interagency Readiness Solutions, LLC • Awarded Value: $8.5M • PoP/Ordering Period: 24 September 2020 – 24 September 2023 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 611430, Professional and Management Development Training

404 UNCLASSIFIED//FOUO Lead Applications Maintenance Services

 Mission Partner: Office of the Chief of Chaplains  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: Lead Applications Maintenance Services for the Army Chaplain Corps’ Religious Support Requirements Builder and Activity Tracker (RS-RBAT) along with supporting SharePoint web based applications. • Forecasted Award Date: 29 September 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: 29 September 2021 - 28 September 2026 • Contract Type: FFP • Place of Performance: Washington DC • Anticipated NAICS: 541519, Other Computer Related Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124J19C0030 • Incumbent: Goldbelt Security LLC • Awarded Value: $1.5M • PoP/Ordering Period: 29 September 2019 – 28 September 2021 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 541519, Other Computer Related Services

405 UNCLASSIFIED//FOUO Environmental Quality Program Support Services

 Mission Partner: Office of the Assistant Secretary of the Army for Installations, Energy and Environment (ASA/IEE)  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: Environmental Quality Program Support Services, to include data analysis and evaluation. • Forecasted Award Date: 11 June 2021 • Forecasted Solicitation Date: 1 April 2021 • Estimated PoP/Ordering Period: 11 July 2021 - 10 July2024 • Contract Type: FFP • Place of Performance: Washington DC area • Anticipated NAICS: 541620, Environmental Consulting Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124J18C0022 • Incumbent: OM Group Inc. • Awarded Value: $4M • PoP/Ordering Period: 12 July 2018 – 11 July 2021 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 541620, Environmental Consulting Services

406 UNCLASSIFIED//FOUO Software Maintenance and Support

 Mission Partner: MEDCOM  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: Pharmacovigilance Center (PVC) requires software maintenance and support to the Pharmacovigilance Defense Application System (PVDAS). • Forecasted Award Date: 28 August 2021 • Forecasted Solicitation Date: 1 May 2021 • Estimated PoP/Ordering Period: 29 September 2021 - 28 September 2026 • Contract Type: FFP • Place of Performance: CONUS • Anticipated NAICS: 518210, Data Processing, Hosting, and Related Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124J19C0038 • Incumbent: BEAT, LLC • Awarded Value: $3.9M • PoP/Ordering Period: 26 September 2019 – 29 September 2021 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 518210, Data Processing, Hosting, and Related Services

407 UNCLASSIFIED//FOUO Support Services

 Mission Partner: HQDA Office of Deputy Chief of Staff G-9  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: Program Management (PM) support services for the Office of the Assistant Chief of Staff for Installation Management (ACSIM) Base Realignment and Closure (BRAC) Division and for Large Scale Infrastructure Analysis (LSIA) in support of Headquarters, Department of the Army activities. • Forecasted Award Date: 29 Dec 2021 • Forecasted Solicitation Date: Jun/Jul 2021 • Estimated PoP/Ordering Period: 30 Dec 2021 – 29 Dec 2024 • Contract Type: FFP • Place of Performance: DC and VA • Anticipated NAICS: 541618 - Other Management Consulting Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124J19D0004 • Incumbent: Calibre Systems, INC • Awarded Value: $18M • PoP/Ordering Period: 29 Dec 2018 – 30 Dec 2021 • Set-Aside: Full and Open With HubZone Preference • Previous Source Selection: LPTA • NAICS: 541618 - Other Management Consulting Services

408 UNCLASSIFIED//FOUO Integrated Decision Support Services

 Mission Partner: HQDA Office of Deputy Chief of Staff G-9  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: Integrated Decision Support Services - Real Property information systems expertise. • Forecasted Award Date: 30 June 2023 • Forecasted Solicitation Date: 1 February 2023 • Estimated PoP/Ordering Period: 1 July 2023 - 30 June 2028 • Contract Type: FFP • Place of Performance: CONUS • NAICS: 541611, Administrative Management and General Management Consulting Services • Set-Aside: SB  Current Contract Information: • Current Contract/Order: W9124J18F0040 • Incumbent: Vista Technology Services, Inc. • Awarded Value: $5.2M • PoP/Ordering Period: 1 July 2018 – 30 June 2023 • Set-Aside: SB • Previous Source Selection: GSA • NAICS: 541611, Administrative Management and General Management Consulting Services

409 UNCLASSIFIED//FOUO Metrics, Modeling, and Analytical Support Services

 Mission Partner: Office of the Chief of Chaplains  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: Metrics, Modeling, and Analytical Support Services (MMA) to the Installation Management Command (IMCOM) Religious Support Office (RSO) • Forecasted Award Date: 29 September 2021 • Forecasted Solicitation Date: 1 July 2021 • Estimated PoP/Ordering Period: 29 September 2021 - 28 September 2023 • Contract Type: FFP • Place of Performance: JBSA and Fort Jackson SC • Anticipated NAICS: 541611 Administrative Management and General Management Consulting Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124J20C0021 • Incumbent: US Federal Solutions Inc. • Awarded Value: $2.2M • PoP/Ordering Period: 29 September 2020 - 28 September 2021 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 541611 Administrative Management and General Management Consulting Services

410 UNCLASSIFIED//FOUO Development, Implementation, and Consulting Support

 Mission Partner: Office of the Assistant Secretary of the Army for Installations, Energy and Environment (ASA/IEE)  MICC Office: Fort Sam Houston  SBP Email: [email protected]

 Requirement: Contractor shall provide advice on development, implementation, and consulting support for the Department of the Army (DA) worldwide Army Housing and Unaccompanied Housing (UH) Programs. Services will be performed at the ODASA (IH&P), OACSIM offices in the Pentagon, and contractor offices. • Forecasted Award Date: 29 September 2021 • Forecasted Solicitation Date: 1 June 2021 • Estimated PoP/Ordering Period: 29 September 2021 - 28 September 2026 • Contract Type: FFP • Place of Performance: CONUS and Washington DC area • Anticipated NAICS: 541611 Administrative Management and General Management Consulting Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124J18C0035 • Incumbent: RER Solutions, Inc. • Awarded Value: $2.1M • PoP/Ordering Period: 29 September 2020 – 28 September 2021 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 541611, Administrative Management and General Management Consulting Services

411 UNCLASSIFIED//FOUO Privatized Housing Consultation and Inspections

 Mission Partner: HQDA Office of Deputy Chief of Staff G-9  MICC Office: Fort Sam Houston  SBP Email: [email protected]  Requirement: Privatized Housing consultation and inspections. This includes all personnel, to conduct 100% physical home consultations at Fort Belvoir, VA. • Forecasted Award Date: 28 September 2021 • Forecasted Solicitation Date: 1 July 2021 • Estimated PoP/Ordering Period: 29 September 2021 - 28 September 2026 • Contract Type: FFP • Place of Performance: Fort Belvoir, VA • Anticipated NAICS: 541611 Administrative Management and General Management Consulting Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124J10C0039 • Incumbent: RER Solutions Inc. • Awarded Value: $3.9M • PoP/Ordering Period: 30 September 2020 – 29 September 2021 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 541611 Administrative Management and General Management Consulting Services

412 UNCLASSIFIED//FOUO FDO Fort Sam Houston

Fort Knox

413 UNCLASSIFIED//FOUO Scanner, X-Ray Baggage, Model XIS-6545  Mission Partner: US MEPCOM  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: X Ray Scanner (baggage) • Forecasted Award Date: 29 September 2023 • Forecasted Solicitation Date: 1 July 2023 • Estimated PoP/Ordering Period: 29 September 2023 – 28 September 2028 • Contract Type: FFP • Place of Performance: 67, MEPS locations throughout CONUS/OCONUS • Anticipated NAICS: 334519, Measuring and Controlling Device Manufacturing • Set-Aside: SB  Current Contract Information: • Current Contract/Order: W9124D18D0035 • Incumbent: Astrophysics • Awarded Value: $1.1M • PoP/Ordering Period: 9 September 2018 – 29 September 2023 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 334519, Measuring and Controlling Device Manufacturing

414 UNCLASSIFIED//FOUO JLAB Support

 Mission Partner: TRADOC  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: The requirement is to provide educational testing exams and administrative support services for the Junior ROTC’s Leadership and Academic Bowl (JLAB). • Forecasted Solicitation Date: 15 Apr 2022 • Estimated PoP/Ordering Period: 15 Aug 2022 – 14 Aug 2024 • Contract Type: FFP • Place of Performance: Washington DC • Anticipated NAICS: 711310 - Promoters of Performing Arts, Sports, and Similar Events with Facilities • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124D20C0019 • Incumbent: College Options Foundation, Inc. • Awarded Value: $1.9M • PoP/Ordering Period: 30 Sept 2020 – 31 Aug 2022 • Set-Aside: Unrestricted • Previous Source Selection: Trade Off • NAICS: 711310 - Promoters of Performing Arts, Sports, and Similar Events with Facilities

415 UNCLASSIFIED//FOUO MEPS Applicants Management Services  Mission Partner: MEPCOM  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: Applicant Management Services (AMS) IDIQ – Provide contract admiration to include meals, lodging and transportation services across 67 MEPS station located throughout the CONUS and AK, HI and Puerto Rico to applicants entering US military service. • Forecasted Award Date: 16 Oct 2022 • Forecasted Solicitation Date: 22 Apr 2021 • Estimated PoP/Ordering Period: 20 Oct 2022 – 20 Oct 2027 • Contract Type: FFP • Place of Performance: 67 Locations throughout CONUS/OCONUS • Anticipated NAICS: 561110 - Office Administrative Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124D18D0001; W9124D18D0002; W9124D18D0003; W9124D18D0004 • Incumbent: Liberty Lodging; Hotel Contracting Services, Contract Management Services; Empire • Awarded Value: $234M • PoP/Ordering Period: 17 Oct 2017 – 16 Oct 2022 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 721110 - Hotels (except Casino Hotels) and Motels

416 UNCLASSIFIED//FOUO Education Support Services

 Mission Partner: Human Resources Command  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: Education Support Services  Forecasted Award Date: 4 May 2022 • Forecasted Solicitation Date: Jan 2022 • Estimated PoP/Ordering Period: 4 May 2022 – 3 May 2025 • Contract Type: FFP • Place of Performance: Fort Knox, KY • Anticipated NAICS: 611710 – Educational Support Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124D19C0009 • Incumbent: IBEX IT Business Experts LLC • Awarded Value: $5.5M • PoP/Ordering Period: 4 May 2019 – 3 May 2022 • Set-Aside: WOSB • Previous Source Selection: LPTA • NAICS: 611710 - Educational Support Services

417 UNCLASSIFIED//FOUO Mortuary Support Services

 Mission Partner: Human Resources Command  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: Provide mortuary services and support of active duty decreased military personnel. • Forecasted Award Date: 7 Jul 2021 • Forecasted Solicitation Date: 16 Mar 2021 • Estimated PoP/Ordering Period: 1 Oct 2021-30 Sept 2025 • Contract Type: FFP with Cost CLIN • Place of Performance: The scope of this contract covers the entire geographic area of CONUS as well as Alaska, Hawaii and Puerto Rico • Anticipated NAICS: 812210 - Funeral Homes and Funeral Services • Set-Aside: SB  Current Contract Information: • Current Contract/Order: W9124D17D0014 • Incumbent: International Mortuary Shipping LLC • Awarded Value: $21M • PoP/Ordering Period: 19 May 2017- 20 Sept 2021 • Set-Aside: SDVOSB • Previous Source Selection: LPTA • NAICS: 812210 - Funeral Homes and Funeral Services

418 UNCLASSIFIED//FOUO Casualty Administrative Services Support (CASS)

 Mission Partner: Human Resources Command  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: Provide contingency casualty support services to CMAOD for Army Families in a time of bereavement, as well as provide training & resources to Soldiers serving in Casualty Assistance, Notification, or Army Representative capacities, and those dedicated professionals assisting Army Family members. • Forecasted Award Date: TBD • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Knox, KY • Anticipated NAICS: 524292 - Third Party Administration of Insurance and Pension Funds • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124D17D0057 / W9124D20F0573 • Incumbent: National Sourcing, Inc. • Awarded Value: $28.9M • PoP/Ordering Period: 2 Aug 2017 – 1 Aug 2022 • Set-Aside: SDVOSB • Previous Source Selection: LPTA • NAICS: 524292 - Third Party Administration of Insurance and Pension Funds

419 UNCLASSIFIED//FOUO Medical Waivers

 Mission Partner: USAREC  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: Provide medical waiver review services for USAREC. Review of military entrance physical and related medical documents, of accessions, candidates disqualified by the MEPCOM Chief Medical Officer, in order to recommend to the command surgeon if the Army should grant a waiver or withhold a waiver. • Forecasted Award Date: 1 Jun 2021 • Forecasted Solicitation Date: 19 Mar 2021 • Estimated PoP/Ordering Period: 1 Aug 2021 – 31 Jul 2022 • Contract Type: FFP • Place of Performance: Fort Knox, KY • Anticipated NAICS: 621111- Offices of Physicians (except Mental Health Specialists) • Set-Aside: SB  Current Contract Information: • Current Contract/Order: W912D16D0038 / W9124D20F0589 • Incumbent: TSEVA Group, LLC • Awarded Value: $2.4M • PoP/Ordering Period: 1 Aug 2020 – 31 Jul 2021 • Set-Aside: SB • Previous Source Selection: LPTA • NAICS: 621111 - Offices of Physicians (except Mental Health Specialists)

420 UNCLASSIFIED//FOUO National Capitol Region Lodging – Re-compete

Mission Partner: Human Resources Command MICC Office: Fort Knox SBP Email: [email protected] Requirement: The Contractor shall provide lodgings reservation services, lodging, accommodations and shuttle service to support Family members and/or designated individuals. • Forecasted Award Date: 31 May 2021 • Forecasted Solicitation Date: 3 March 2021 • Estimated PoP/Ordering Period: 01 July 2021 - 30 June 2026 • Contract Type: FFP • Place of Performance: Any site to support the Dover, Delaware; National Capitol Region (NCR), Walter Reed National Medical Military Center, Bethesda, Maryland • Anticipated NAICS: 561599, All other travel arrangement and reservation services • Set-Aside: 8(a) competitive Current Contract Information: • Current Contract/Order: W9124D16D0033 / W9124D20F0491 • Incumbent: Fox Travel and Tours • Awarded Value: $2M • PoP/Ordering Period: 1 July 2016 – 30 June 2021 • Set-Aside: Direct Award • Previous Source Selection: LPTA/Trade-off • NAICS: 561599, All Other Travel Arrangement and Reservation Services 421 UNCLASSIFIED//FOUO Army Service Center Re-compete

 Mission Partner: Human Resources Command  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: Maintain and manage the HRC Call Center, provide support at the Welcome Center, and processing team mail. • Forecasted Award Date: 10 July 2021 • Forecasted Solicitation Date: 22 March 2021 • Estimated PoP/Ordering Period: 25 August 2021 – 24 August 2026 • Contract Type: FFP • Place of Performance: Fort Knox, KY • Anticipated NAICS: 561422, Telemarketing Bureaus and Other Contact Centers • Set-Aside: Ability One Program  Current Contract Information: • Current Contract/Order: W9124D16C0020 • Incumbent: Inspiritec, Inc. • Awarded Value: $23M • PoP/Ordering Period: 25 August 2016 – 24 August 2021 • Set-Aside: Ability One Program • Previous Source Selection: Direct Negotiations • NAICS: 561422, Telemarketing Bureaus and Other Contact Centers

422 UNCLASSIFIED//FOUO Active Army Strength Forecaster (A2SF)

 Mission Partner: Office of Deputy Chief of Staff, G-1  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: Provide custom software application support, operations research analytic support, optimization modeling, and information technology system support services Information Technology (IT) operations systems support services which include database administration (DB2 and Oracle), program/project management, education/training services, and systems operations and run support, system administration, and system and data analysis support for Headquarters, Department of the Army (HQDA), Deputy Chief of Staff (DCS), Personnel (G-1). • Forecasted Award Date: 20 Jun 2022 • Forecasted Solicitation Date: 15 May 2022 • Estimated PoP/Ordering Period: 20 Jun 2022 – 19 Jun 2027 • Contract Type: FFP • Place of Performance: Army Pentagon RM Washington DC • Anticipated NAICS: 541512 - Computer Systems Design Services • Set-Aside: TBD  Current Contract Information: N/A • Current Contract/Order: W9124D17F0091 • Incumbent: SP Systems, Inc. • Awarded Value: $7.4M • PoP/Ordering Period: 20 Aug 2017– 19 Jun 2022 • Set-Aside: SB • Previous Source Selection: Trade Off • NAICS: 541512 - Computer Systems Designs Services

423 UNCLASSIFIED//FOUO Operational Support Services

 Mission Partner: CH STAFF, G-3,5,7  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: Provide analytic, engineering, programmatic and strategic operational support to accomplish statutory, regulatory and policy functions and tasks assigned to the Army G-3/5/7 Force Management/Mission Command Division. • Forecasted Award Date: 29 Sep 2022 • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: 29 Sep 2022 – 28 Sep 2026 • Contract Type: FFP • Place of Performance: Arlington, VA • Anticipated NAICS: 541611 - Administrative Management and General Management Consulting Services • Set-Aside: TBD  Current Contract Information: • Current Contract/Order: W9124D17F0087 • Incumbent: CORTEK, INC • Awarded Value: $14.8M • PoP/Ordering Period: 29 Sep 2017– 28 Sep 2022 (Base plus 4 option periods) • Set-Aside: SDVOSB • Previous Source Selection: LPTA • NAICS: 541611- Administrative Management and General Management Consulting Services

424 UNCLASSIFIED//FOUO Information Technology (IT) Services

 Mission Partner: USMEPCOM  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: IT support services for MEPCOM Integrated Resource System (MIRS) which is the current accession processing and reporting system for DoD accession data such as statistical analysis, applicant processing, reporting requirements and quality assurance standards.  Forecasted Award Date: 9 Aug 2022 • Forecasted Solicitation Date: Apr 2022 • Estimated PoP/Ordering Period: 10 Aug 2022 – 9 Aug 2023 • Contract Type: FFP • Place of Performance: HQ USMEPCOM, North Chicago, IL • Anticipated NAICS: 541511- Custom Computer Programming Services • Set-Aside: Competitive 8(a)  Current Contract Information: • Current Contract/Order: W9124D18C0014 • Incumbent: Right Direction Technology Solutions, LLC • Awarded Value: $7M • PoP/Ordering Period: 10 Aug 2021 – 9 Aug 2022 • Set-Aside: Competitive 8(a) • Previous Source Selection: Trade Off • NAICS: 541511- Custom Computer Programming Services

425 UNCLASSIFIED//FOUO ARMYFIT/Global Assessment Tool (GAT) Support for Army G-1 Pentagon

 Mission Partner: Deputy Chief of Staff, G-1 Army Resiliency Directorate (ARD)  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: Requirement is to provide Information Technology support and sustainment services in support of the Deputy Chief of Staff, G-1 Army Resiliency Directorate (ARD) located at the Pentagon. These services are of a type customarily used by the general public or non-government entities for other than government purposes. • Forecasted Award Date: 29 August 2020 • Forecasted Solicitation Date: 15 June 2021 • Estimated PoP/Ordering Period: 03 September 2021– 02 September 2022, Base plus 4 • Contract Type: FFP • Place of Performance: Army Pentagon, Washington, DC 23031-0300 • Anticipated NAICS: 541512, Computer System Design Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124D20F0621 • Incumbent: Informatics Applications Group, Inc., The TIAG • Awarded Value: $1.5M • PoP/Ordering Period: 3 September 2020 – 2 September 2021 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 541512, Computer System Design Services

426 UNCLASSIFIED//FOUO Family Services Coordinator

 Mission Partner: United States Recruiting Command  MICC Office: Fort Knox  SBP Email: [email protected]  Requirement: Family Services Coordinator • Forecasted Award Date: • Forecasted Solicitation Date: TBD • Estimated PoP/Ordering Period: TBD • Contract Type: FFP • Place of Performance: Fort Knox, KY • Anticipated NAICS: 541611, Administrative Management and General Management Consulting Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W9124D17C0028 • Incumbent: GT Services LLC • Awarded Value: $1.7M • PoP/Ordering Period: 30 September 2017 – 29 September 2022 • Set-Aside: 8(a) • Previous Source Selection: LPTA • NAICS: 541611, Administrative Management and General Management Consulting Services

427 UNCLASSIFIED//FOUO FDO Fort Sam Houston

Fort Belvoir

428 UNCLASSIFIED//FOUO SLDMS/GOMO IT Professional Support Services

 Mission Partner: The Army Senior Leaders Development Management System (SLDMS) ; General Officers Management Office  MICC Office: Fort Belvoir  SBP Email: [email protected]  Requirement: Provide IT Professional Services to include database planning and design, systems analysis and design, programming and software development, conversion and implementation support, and software project management in support of continued operations and maintenance of SLDMS. • Forecasted Award Date: 15 Feb 2023 • Forecasted Solicitation Date: 15 Feb 2023 • Estimated PoP/Ordering Period: 30 May 2023 – 29 Apr 2028 • Contract Type: FFP • Place of Performance: Pentagon, VA • Anticipated NAICS: 541511 - Custom Computer Programming Services • Set-Aside: TBD  Current Contract Information • Current Contract/Order: W91QV117F0153 / GS35F027CA • Incumbent: SSB, Inc. • Awarded Value: $6M • PoP/Ordering Period: Option 4, 8 Jul 2022 – 7 Jul 2023 • Set-Aside: GSA • Previous Source Selection: FAIR OPP • NAICS: 541511 - Custom Computer Programming Services

429 UNCLASSIFIED//FOUO Post-Wide Custodial Services

 Mission Partner: IMCOM  MICC Office: Fort Belvoir

 SBP Email: [email protected]  Requirement: Provide labor and services to include but not limited to transportation supplies and equipment in the performance of post-wide custodial services. • Forecasted Award Date: 30 Nov 2021 • Forecasted Solicitation Date: 31 Mar 2021 • Estimated PoP/Ordering Period: 1 Dec 2021 to 30 Nov 2022 • Contract Type: FFP • Place of Performance: Fort Belvoir, VA • Anticipated NAICS: 561720 - Janitorial Services • Set-Aside: Competitive 8(a)  Current Contract Information: • Current Contract/Order: W91QV115C0068 • Incumbent: DSS Services, Inc..; Tri Management Solutions • Awarded Value: $17.5M • PoP/Ordering Period: 5 Aug 2015 – 28 Feb 2021, Bridge currently in place • Set-Aside: Competitive 8(a) • NAICS: 561720 - Janitorial Services

430 UNCLASSIFIED//FOUO Post-Wide Custodial Services

 Mission Partner: USAG Fort Belvoir DPW  MICC Office: Fort Belvoir

 SBP Email: [email protected]  Requirement: Fort Belvoir Post wide Custodial Services – KTR to provide labor and services to include but not limited to transportation supplies and equipment in the performance of the contract. • Forecasted Award Date: 30 November 2021 • Forecasted Solicitation Date: 31 March 2021 • Estimated PoP/Ordering Period: 1 December 2021 to 30 November 2022 • Contract Type: FFP • Place of Performance: Fort Belvoir, VA • Anticipated NAICS: 561720, Janitorial Services • Set-Aside: 8(a)  Current Contract Information: • Current Contract/Order: W91QV115C0068 • Incumbent: Tri Management Solutions • Awarded Value: $17.3M • PoP/Ordering Period: 5 August 2015 – 28 February 2021 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 561720, Janitorial Services

431 UNCLASSIFIED//FOUO National Capitol Region COVID 19 Cleaning Support

 Mission Partner: Department of Defense (DoD) Agencies in the National Capitol Region (NCR)  MICC Office: Fort Belvoir Mission Support

 SBP Email: [email protected]  Requirement: These are non-personal services in which the Contractor shall provide all labor, materials, equipment and supervision necessary to perform preventative and deep cleaning for offices, warehouses, barracks and other work structures in response to COVID-19. These services may be utilized for cleaning, disinfecting and remediation by all Department of Defense (DoD) Agencies and Installations in the National Capitol Region (NCR) to include, but not limited to, Ft. Meade, Ft. Detrick, Forest Glen, Arlington National Cemetery (ANC), United States Soldier’s and Airmen’s Home National Cemetery (USSAHNC), Ft. Belvoir, Joint Base Myer Henderson Hall (JBMHH), Ft. McNair, Ft. A.P. Hill, Rivanna Station, Warrior Care and Transition (WCT), Davison Army Airfield, Walter Reed Army Medical Center, Defense Acquisition University (DAU), Army Management Staff College, U.S. Army Program Executive Office for Enterprise Information Systems (PEO-EIS), and the Military District of Washington (MDW).

 Forecasted Award Date: 1 May 2023 • Forecasted Solicitation Date: 1 February 2023 • Estimated PoP/Ordering Period: 15 May 2023 – 14 May 2026 • Contract Type: FFP • Place of Performance: National Capitol Region (NCR) • Anticipated NAICS: 562910, Remediation Services • Set-Aside: 8(a)

 Current Contract Information: • Contract #: W91QV120D0002 • Incumbent: Heritage Contracting • Awarded Value: $4M • PoP/Ordering Period: 15 May 2020 – 14 May 2023 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 562910, Remediation Services

432 UNCLASSIFIED//FOUO Army Recovery Care Program (ARCP)/Adaptive Reconditioning Support Services (ARSS)

 Mission Partner: Army Recovery Care Program (ARCP)  MICC Office: Fort Belvoir Mission Support

 SBP Email: [email protected]  Requirement: The nature of this requirement is to provide credentialed staff as Recreation Therapists at the 14 Warrior Transition Units (WTUs), experienced coaches and instructors to support the Adaptive Reconditioning Program (ARP), mechanics and maintenance support for ARP equipment, and a Recreation Director at the Deputy Chief of Staff, Army Recovery Care Program (DCS, ARCP) headquarters. • Forecasted Award Date: 1 January 2022 • Forecasted Solicitation Date: 1 October 2021 • Estimated PoP/Ordering Period: 1 January 2022 – 31 December 2026 • Contract Type: FFP (8a Sole Source Directed Award) • Place of Performance: Crystal City, VA  Current Contract Information. • Contract #: W91QV119C0020 • Incumbent: Goldbelt Frontier, Inc. • Awarded Value: $3.6M • PoP/Ordering Period: Option 2, 1 January 2021 – 31 Dec 2021 • Set-Aside: 8(a) • Previous Source Selection: Direct Award Alaskan Native Corporation • NAICS: 611620, Sports and Recreation Instruction

433 UNCLASSIFIED//FOUO Fort Detrick Transportation Motor Pool Support Service

 Mission Partner: Fort Detrick Logistics Readiness Command (LRC)  MICC Office: Fort Belvoir Mission Support

 SBP Email: [email protected]  Requirement: This is a non-personal services contract to provide Transportation Motor Pool (TMP) Support Services at Fort Detrick, MD and Forest Glen, MD. The contractor shall establish, operate (perform), and manage installation transportation support services within the Fort Detrick and Forest Glen area of operations and within other areas, when required. The importance, visibility, and sensitivity of the Mission Objectives (MOs). MOs cannot be over emphasized. This contract supports the transportation needs of authorized users which include government civilians, military and contractor’s accordance with AR 5‐9 Area Support Responsibilities and applicable DoD policy and directives. • Forecasted Award Date: 15 October 2025 • Forecasted Solicitation Date: 1 July 2025 • Estimated PoP/Ordering Period: 1 November 2025 – 31 October 2030 • Contract Type: FFP • Place of Performance: Fort Detrick, MD and Forest Glen, MD • Anticipated NAICS: 485113, Bus and Other Motor Vehicle Transit Systems • Set-Aside: 8(a)  Current Contract Information • Current Contract Information: W91QV121C0003 • Incumbent: Linkitall, LLC • Awarded Value: $4.3M • PoP/Ordering Period: 1 November 2020 – 31 October 2025 • Set-Aside: 8(a) • Previous Source Selection: Direct Award • NAICS: 485113, Bus and Other Motor Vehicle Transit Systems

434