Concrete Pads B230
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army / ACC-RI is issuing a presolicitation synopsis for Concrete Pads B230 at the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC) in Rock Island, IL. This requirement is for the installation of concrete mounting pads and caps within Building 230. The solicitation, anticipated to be a Firm Fixed Price contract, will be a Total Small Business Set-Aside. A pre-construction site visit is scheduled for April 16, 2025, and the solicitation is expected to be posted on or around April 13, 2026. Responses to the forthcoming solicitation are due by April 23, 2026.
Scope of Work
The work involves the demolition of existing concrete and the installation of up to 71 new concrete reinforced pads, each up to 18 inches thick, along with one long isleway in Building 230. Key specifications include:
- Concrete: Minimum 5000-PSI, double-tied layers of #5 rebar mesh (12"x12" spacing), rebar 4" from surfaces.
- Pads: Doweled together with isolation between them, joints filled with self-leveling sealer. Dowels drilled 6" into existing concrete.
- Expansion Joints: Up to 84" deep, with 3/4" rigid foam insulation for vibration isolation. Joint sealant: BASF Sonolastic SL-1 or equivalent.
- Threshold: Replacement of the overhead door threshold up to 24 inches past the exterior.
- Optional Pads: Pads #4 and #7 are designated as options based on funding.
Contract & Timeline
- Contract Type: Firm Fixed Price (anticipated)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Pre-Construction Site Visit: April 16, 2025, at 10:00 AM CT (RIA-JMTC). Mandatory reservations required three business days prior. Attendees must wear steel-toed safety shoes and safety glasses.
- Solicitation Release (Anticipated): On or around April 13, 2026.
- Response Due (Anticipated Solicitation): April 23, 2026, 3:00 PM Z.
- Published Date: April 8, 2026.
Special Requirements
Contractor personnel must adhere to specific requirements including:
- Work Schedule: Demolition/jack hammering on 2nd shift (2:30 PM - 11:00 PM) or Saturdays; framing/pouring on day shift.
- Environmental: Dust suppression with water, proper debris removal, use of catalytic converters on diesel engines, venting exhaust for gas engines.
- Safety & Security: Adherence to standard safety rules, proper PPE, coordination with COR for gate passes, AT Level I awareness training, background checks, FPCON compliance, RAMP security program participation.
- Site Specifics: Provision of a ground rod, spotter/ground man, barricades, worksite cleanup, coordination for concrete pumping/access. Avoid building columns/footings. Maintain foundation elevation tolerance (no greater than a 1/4" deviation over 10'). Slope near overhead door no more than 1%.
- Standards: Fabrication and installation of structural steel must comply with AISC standards.
Additional Notes
This is a presolicitation synopsis. The forthcoming solicitation will be issued electronically via SAM.gov; hard copies will not be provided. Interested parties are advised to periodically check SAM.gov for amendments, as the Government will not maintain an interested party list. Failure to respond to amendments may render quotes nonresponsive.