Opportunity

SAM #W15QKN-26-X-1BN6

Base Operations Support Services for Picatinny Arsenal, NJ

Buyer

Department of the Army

Posted

April 30, 2026

Respond By

June 02, 2026

Identifier

W15QKN-26-X-1BN6

NAICS

561210, 238290, 238910, 238990

This opportunity seeks contractors to provide comprehensive base operations support services at Picatinny Arsenal, NJ. - Government Buyer: - Army Contracting Command New Jersey (ACC-NJ) on behalf of US Army Garrison Picatinny (USAG Picatinny) - Services Requested: - Preventative and emergency maintenance for facilities and infrastructure - Stand-alone project work and operational support - Maintenance and repair of buildings, structures, and interior electrical systems - HVAC and climate control systems maintenance, with specific expertise in Delta environmental controls - Refrigeration and dining facility support - Storm drainage, grounds maintenance (excluding mowing), and hazardous tree removal - Hard surface area maintenance (roads, parking lots, walkways) - Snow and ice removal - Fire detection and suppression system maintenance - Administration, real property management, and physical security - Visual/photographic informational services - Energy consumption management - All resources, materials, supervision, labor, equipment, and data management required - Notable Requirements: - Contractor must have expertise in Delta environmental controls for HVAC systems - All-inclusive support covering both routine and emergency needs - NAICS code: 561210 (Facilities Support Services) - No specific OEMs or vendors are named in the notice

Description

The Army Contracting Command New Jersey (ACC-NJ) on behalf of the US Army Garrison Picatinny (USAG Picatinny) is seeking capable and responsible firms to fulfill the Base Operations (BASOPS) mission support services on Picatinny Arsenal, NJ. This requirement is for the re-compete of the existing BASOPS contract at Picatinny Arsenal, NJ (Contract No. W15QKN-22-D-5015).

Picatinny Arsenal consists of approximately 6,493 acres, 1,010 permanent structures, and a supporting road network and utility systems. The population base consists of approximately 5,000 civilians, 1,000 contractors, 160 military personnel, and 200 resident family members. The contractor will be required to conduct preventative maintenance and emergency response maintenance and services.

In addition, the contractor will be required to conduct stand-alone project work. Typical services will include Maintenance & Repair of Buildings & Structures, heating and cooling (HVAC), Refrigeration, Dining Facilities, Interior Electrical Systems, Climate Control Systems, Storm Drainage Systems, Grounds Maintenance (excluding mowing services), Tree Removal Services, Hard Surfaced Area Maintenance (roads, lots and walks), Snow and Ice Removal, and Fire Detection & Suppression Systems. In addition, the contractor will be required to conduct operational work, such as administration, real property management, physical security, visual/photographic informational services, hazardous tree removal, snow & ice removal, and the management/control of energy consumption*.

*With respect to HVAC, climate control systems and energy performance management, the contractor must have the knowledge, skills and abilities to work within a Delta environmental controls ecosystem.

The Contractor shall provide all resources and management necessary to perform services (and related services) to provide materials, plant supervision, labor, and equipment (with operators). The Contractor shall also be responsible for providing administrative services necessary to perform the work to include, but not be limited to supply, quality control, job order shop operation, contractor financial control, and maintenance of accurate and complete records, files, and libraries of documents to include Federal, State, and local laws, regulations, codes, technical manuals, and manufacturer's  instructions / specifications. The Contractor shall provide related services such as formatting and inputting data into Government automated systems, and Government data base maintenance, preparing and providing required reports, compiling historical data, performing administrative activities and submitting necessary information as specified.

Sources must be registered with the System for Award Management (SAM) http://www.sam.gov. The North American Industry Classification System (NAICS) Office W6QK ACC-PICA classified for this effort is 561210 (Facilities Support Services). The small business size standard is $47M.

All responses and submissions are requested on or about 02 June 2026.

This Request for Information (RFI) is for planning purposes only, does not constitute a formal Request for Proposal (RFP). This announcement is not to be construed as a commitment by the U.S. Government. The Government implies no intention or opportunity to acquire funding for this effort. If a formal solicitation is generated at a later date, a pre-solicitation  notice (synopsis), outlining specific requirements, will be published. No award will be issued as a result of this announcement.

View original listing