- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Consolidated Ice
Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Apr 16, 2026. Industry: NAICS 312113 • PSC 8950.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 22 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 312113
Description
Amendment 2 - Reason for amendment is to correct date and time of questions due.
Amendment 1 - Reason for amendment is to update the unit of measure from "Each" to "Pound".
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Part 12, 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.
This combined synopsis/solicitation (W911SF-26-Q-A008) is being issued as a request for quote (RFQ) utilizing a Small Business Set-Aside and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2026-01, published March 13, 2026.
Description of the Requirement: The Mission and Installation Contracting Command (MICC) – Fort Benning has a requirement to procure bagged block and bagged crushed ice for MCoE. The Government contemplates awarding a firm fixed price Blanket Purchase Agreement (BPA) to two offerors who are determined responsible in accordance with FAR Part 9 and whose price is the lowest price technically acceptable and is considered fair and reasonable. The two contractors will rotate every month through the life of the BPA. If a contractor fails to comply with the Statement of Work and/or delivery schedule, the contractor will forfeit their month of receiving the BPA calls. If the contractor shows a pattern of not complying with the Statement of Work and/or the delivery schedule, the contractor will be terminated for cause. Past Performance will be reviewed by the Contracting Officer.
An end of the month ordering report shall be submitted by email to the contracting officer and the contracting officer representative reflecting poundage ordered, date delivered and money spent.
The contractor producing and/or supplying the ice must be on the approved Military Veterinary/Food Services list, https://sph.health.mil/ during the entire period of performance of the BPA. The Veterinary Clinic at Fort Benning, GA will also conduct random inspections of the ice delivered by the vendor. The contractor must be located within 100 miles radius and/or three hours from Fort Benning, GA. NOTE: If the contractor producing the ice and/or the contractor supplying the ice do not meet the qualifications or responsibilities during the entire period of performance of this BPA for any reason will be terminated for cause.
STATEMENT OF WORK (Provided in Attachment)
DELIVERY INFORMATION:
Delivery dates will be determined after each BPA Call.
SOLICITATION PROVISIONS (Provided in Attachment):
This solicitation incorporates by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov
CONTRACT CLAUSES (Provided in Attachment):
The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: https://www.acquisition.gov
FOR OFFERS TO BE CONSIDERED:
1. The solicitation is to be solicited as a Request for Quote (RFQ). Offerors must be responsive and determined responsible in accordance with (IAW) FAR Part 9.104-1. Sufficient detail should be provided citing specific data as may be required, such that the quote may be adequately evaluated. Under RFQ, factors to be considered are Price and Technical Acceptability – Clauses & Provisions, FAR 52.212-2.
2. The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services.
The SF 1449 is not being used so Offerors are to make their submission by providing the items outlined in in this Combined Synopsis/Solicitation.
Offers to be received by MICC-Fort Benning no later than (NLT) 5:00 P.M. Eastern Daylight Time (EDT), Thursday, 16 April 2026
Questions are to be submitted by email to: Haley.a.Kuehn2.civ@army.mil and stacia.m.rivers.civ@army.mil NLT 12:00 PM EDT, Monday, 13 April 2026.
3. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) with all required information provided prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov.
Contracting Office Address:
MICC-Fort Benning, 6650 Meloy Drive, Suite 250, Fort Benning, GA 31905
Point of Contact: Ms. Haley Kuehn, Email: haley.a.kuehn2.civ@army.mil or
Ms. Stacia Rivers, Email: stacia.m.rivers.civ@army.mil.
List of Attachments:
Attachment 1 – Statement of Work (SOW)
Attachment 2 – Clauses & Provision
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.