Loading...
W91ZLK-26-R-A006
Response Deadline
May 22, 2026, 8:00 PM(EDT)21 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Amendment One: Incorporate a formal Site Visit, Posted: Questions and Answers, on May 1, 2026.
COMBINED SYNOPSIS/SOLICITATION
W91ZLK-26-R-A006.
This combined synopsis/solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 (27 August 2025). The solicitation number for this request for proposal (RFP) is W91ZLK-26-R-A006.
This requirement is under the associated North American Industry Classification System (NAICS) Code 238190 – Other Foundation, Structure, and Building Exterior Contractors. The Government contemplates award of a Purchase Order on a firm-fixed price (FFP) basis as a 100% Small Business Set-Aside in accordance with FAR 13, Simplified Acquisition Procedures. The period of performance is within (3) months from the date of award for the base requirement and (12) months for the option requirements. This procurement will be evaluated as Lowest Price Technically Acceptable, for the procurement of the following services.
The Repair and Recoat of Floors and Walls with Chemical Resistant Epoxy (See Attachment 2 – Performance Work Statement).
Award will be made to the Offeror whose response to the Combined Synopsis/Solicitation represents the best value to the Government. Proposals will be evaluated in accordance with the Lowest Price Technically Acceptable (LPTA) Source Selection process described in FAR 15.101-2.
All questions must be submitted via email to ike.a.wright2.civ@army.mil by Friday, May 08, 2026, at 4pm Eastern Time. SUBJECT LINE: W91ZLK-26-R-A006. Q&A for Combined Synopsis/Solicitation FROM (INSERT COMPANY NAME).
Firm Fixed Price (FFP) proposals must be signed, dated, and received by Friday, May 22, 2026, at 4pm Eastern Time. SUBJECT LINE: W91ZLK-26-R-A006. Proposal FROM (INSERT COMPANY NAME). All additional questions will be answered via an amendment to the Combined Synopsis/Solicitation on www.SAM.gov.
The Contractor, as an independent party and not an agent of the Government, shall provide The Repair and Recoat of Floors and Walls with Chemical Resistant Epoxy of the Chemical Transfer Facility (CTF) sump area, secondary holding tank area, and select laboratories and storage rooms to ensure containment of any hazardous or aggressive chemicals, should there ever be a leak in the system.
Business hours are 7:00AM – 5:00PM Eastern Standard Time, Monday through Friday, excluding federal holidays. All work to be performed will be inspected for compliance with performance requirements by the Contracting Officer’s Representative (COR).
SUBMISSION PROCEDURES FOR PROPOSAL:
52.212-1 Instruction to Offerors Commercial Items
This clause applies in its entirety and there are currently no addenda to the provision.
NO QUESTIONS FOR THE COMBINED SYNOPSIS/SOLICITATION WILL BE ACCEPTED VIA PHONE CALLS.
All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database at the time of proposal will not be considered. Offerors may register with SAM by calling 1-866-606-8220 or online at www.SAM.gov.
Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions; therefore, proposals shall represent the best and final offer of the Contractor.
NOTE: Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government.
a. Factor 1 - Technical Approach: The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the Performance Work Statement (PWS). To be rated as acceptable, offerors must provide documentation that demonstrates the offeror’s approach for meeting all of the requirements specified in the PWS.
b. Factor 2 - Experience: Contractor shall demonstrate the ability to repair and recoat the floors and walls with chemical resistant epoxy for the CTF sump area, secondary holding tank area, and select laboratories and storage rooms to ensure containment of any hazardous or aggressive chemicals, should there ever be a leak in the system as specified in the PWS. To be rated as acceptable, the offeror must provide documentation to demonstrate recent experience repairing and recoating floors and walls with chemical resistant epoxy according to the PWS. Recent experience includes epoxy services performed within five (5) years (i.e. previous Government contracts).
BASIS FOR AWARD:
The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced. To receive consideration for an award, an “Acceptable” rating must be achieved for all the non-cost evaluation factors: Technical Approach and Experience. Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques. Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price.
The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions
c Offerors shall submit pricing in accordance with Pricing Schedule, Attachment 4. The resultant contract will be Firm Fixed Price with one (1) base year.
d The Price Volume shall clearly identify the proposed firm-fixed prices in accordance with all services/labor, parts and material prices with all estimated totals for CLINs. Proposals shall be submitted in the provided CLIN structure, using Attachment 4 Pricing Schedule.
Solicitation Amendment: Site Visit Notification
The purpose of this amendment is to incorporate a formal site visit to allow interested offerors to inspect the site location prior to proposal submission. All other terms and conditions of the solicitation remain unchanged.
Detail Information
Date: 07 May 2026
Time: 10:00 AM (Local Time)
Location: 8490 Ricketts Point Road, Bldg. E3401 Aberdeen Proving Ground, MD 21010
Notice: Offerors are strongly encouraged to attend; however, attendance is not mandatory for proposal submission.
Security & Access Requirements
Due to installation security protocols, strict adherence to the following requirements is mandatory for all site visit attendees. Failure to meet these requirements will result in denied entry.
Prerequisite: Description
Citizenship: All attendees must be verified United States Citizens.
Background Check: Attendees must have a clear background with no criminal record and no active warrants.
Visitor Pass: Required for all non-credentialed personnel. Must be obtained at the Visitor Center prior to gate entry.
Destination Statement: When processing at the Visitor Center, personnel must explicitly state their destination is Building E3401.
Directions & Building Entry
Please allocate sufficient time for security processing at the gate. Once cleared, follow the step-by-step instructions below to reach the facility.
Step Instruction
1. Visitor Center: Arrive at the installation gate and immediately proceed to the Visitor Center to obtain your visitor pass.
2. Gate Access: Once the visitor pass is obtained, proceed through the main security gate.
3. Magnolia Road: Make a left at the first traffic light onto Magnolia Road.
4. Ricketts Point Road: Follow Magnolia Road through another traffic light and continue straight (the road transitions into Ricketts Point Road).
5. Airfield Bend: Continue on Ricketts Point Road as the road bends around the airfield to the right.
6. Arrival: Look for the first building on the right at the end of the airfield. The address is 8490 Ricketts Point Road, Bldg. E3401.
7. Parking: Parking is open in the adjacent lot. There are no assigned or reserved spots.
8. Building Entry: Approach the building on the left-hand side near the statue. Enter the door on the right side of the common area and ring the buzzer to request access to the building.
Questions and Answers Dated: 05-01-2026
Solicitation ID: W91ZLK-26-R-A006
All submissions shall be made in U.S. dollars.
LIST OF ATTACHMENTS:
PROVISIONS/CLAUSES: See Attachment 1 – Provisions/Clauses
PERFORMANCE WORK STATEMENT: See Attachment 2 – Performance Work Statement
QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): See Attachment 3 – Quality Assurance Surveillance Plan
PRICE LIST: See Attachment 4 – Price List (Use for Volume II – Detailed Price Proposal)
SITE VISIT INFORMATION: See Attachment 5 - Solicitation Amendment: Site Visit Notification
QUESTIONS AND ANSWERS: See Attachment 6 - Questions and Answers Dated: 05-01-2026
Ike Wright
Terrijuana P. Veals
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC-APG
W6QK ACC-APG DIR
W6QK ACC-APG DIR
INSTALLATION AND TECHNOLOGY DIV
6472 INTEGRITY COURT BLDG 4401
ABER PROV GRD, MD, 21005
NAICS
Other Foundation, Structure, and Building Exterior Contractors
PSC
REPAIR OR ALTERATION OF LABORATORIES AND CLINICS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)