Fort Rucker Gunnery Range Maintenance
ID: W911S0-26-R-A001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT EUSTISFORT EUSTIS, VA, 23604-5538, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for gunnery range maintenance services at Fort Rucker, Alabama. The contract aims to provide comprehensive support for the Directorate of Plans, Training, Mobilization, and Security (DPTMS), covering maintenance and repair services for approximately 57,800 acres of training complexes, which are vital for various military units' training operations. This performance-based acquisition includes a base year and six option years, with a focus on ensuring compliance with a Collective Bargaining Agreement and maintaining high standards of operational support. Interested parties should direct inquiries to Hunter Langdon or David Clark via email, with proposal submissions due by September 17, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a non-personnel services contract for range operations, maintenance, and repair support at the Fort Rucker Aviation Center of Excellence Gunnery Range and Training Complex. The contractor will provide all necessary resources, except Government-furnished property, to manage and maintain the 59,730-acre complex across Dale and Coffee counties, Alabama. Services include targetry operation and maintenance, electronic maintenance, range computer systems operation, training area maintenance, operational support, grounds maintenance, and reporting. The contract's objective is to support live training as identified in the Range Complex Master Plan, aligning with the Sustainable Range Program. The period of performance includes a 15-day phase-in, a 1-year base period, and six 12-month option periods, starting June 2026. Key requirements include a Quality Control Plan, compliance with various regulations, security measures, and specific employee certifications. The contract is Firm-Fixed-Price and subject to a Collective Bargaining Agreement.
    This government file outlines instructions for completing pricing tables for a federal solicitation, specifically for Gunnery Range Operations. The document provides detailed guidance for offerors on how to populate the 'Section B' and 'Fixed Price Labor' tabs, emphasizing the correct placement of prices for various Contract Line Item Numbers (CLINs) and Sub-Line Item Numbers (SLINs) across a base year and six option years. Key instructions include not placing a price in CLIN 0001 directly, specifying prices for phase-in, base year (15 days), and base year (11 months) services under SLINs 000101, 000102, and 000103 respectively, and maintaining the Not To Exceed (NTE) amounts for Other Direct Costs (ODCs). Offerors are also required to add labor categories and fringe costs as needed, apply escalation to labor rates for option years, and are explicitly told not to submit a price for a potential six-month extension. The document serves as a guide for accurate and compliant financial proposals, ensuring all cost components are properly accounted for.
    The Department of the Army's MICC-Fort Eustis has issued a Past Performance Questionnaire (RFP W9124G24R0001) to evaluate offerors for a competitive source selection. This questionnaire requests candid assessments from past points of contact regarding an offeror's performance on recent government or commercial contracts. The evaluation focuses on staffing, management, workforce stability, surge capability, and customer satisfaction. The document provides detailed rating definitions (Exceptional, Very Good, Satisfactory, Marginal, Unacceptable) and requires rationale for each response. Offerors must complete Part I with contract identification and company representative details. Respondents are to complete Part II with their evaluation and Part III for return information. The completed questionnaire must be returned within three days of receipt or by 10:00 AM EDT on the specified date to the Contracting Officer, Mr. David Clark, and Contract Specialist, Miss Hunter Langdon, via email. The information provided will be used in awarding federal contracts, emphasizing accuracy and completeness.
    The government file, a Question and Answer document for an RFP, addresses numerous inquiries regarding a federal contract for the Fort Rucker Gunnery Range. Key clarifications include confirming the RFP will be released on SAM.gov, that the current posting is a DRAFT RFP with updated question submission and proposal due dates of September 17, 2025. The contract is a recurring requirement, with the previous contract number W9124G21C0004. Important updates to the PWS and RFP documents include extending past performance references to five years, confirming six option years for the contract, and clarifying pricing information for Volume IV. The government will provide a Collective Bargaining Agreement (CBA) with the official solicitation. The document also addresses details on government-furnished equipment (GFE) versus contractor-furnished equipment (CFE), vehicle requirements, and billing for various supplies and services.
    This agreement, effective March 6, 2023, to December 15, 2026, is between Diverse Technology Korps, Inc. (DTK), Systems Application & Technologies, Inc. (SA-TECH) (collectively the “Company”), and District Lodge 75 of the International Association of Machinists and Aerospace Workers (the “Union”) at Fort Rucker, AL. It outlines the terms and conditions of employment for full-time and regular part-time labor categories on the AGRC contract, excluding specific managerial and professional roles. Key provisions cover union recognition, government security compliance, management rights, and procedures for grievances, discipline, and arbitration. The agreement also details policies on seniority, promotions, outsourcing, shop stewards, safety, discrimination, and employee training. It specifies rules for various leaves of absence, including military, bereavement, and jury duty, as well as hours of work, overtime, and holiday pay. Wage rates, health and welfare benefits, and retirement plans are also defined, along with a strict drug and alcohol policy. The agreement emphasizes mutual cooperation, adherence to contractual obligations, and compliance with federal and state laws.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Radford Army Ammunition Plant - DRAFT Solicitation
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking proposals for the operation and modernization of the Radford Army Ammunition Plant (RFAAP) under the DRAFT Request for Proposal (RFP) W519TC-25-R-0045. This procurement aims to award a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a potential thirty-year performance period, focusing on the production of propellants and related services, with a maximum contract value of $10 billion. The contractor will be responsible for a range of services including environmental compliance, facility maintenance, security, and cybersecurity, all critical to ensuring the operational readiness and modernization of the ammunition plant. Interested parties must submit their proposals, including a Small Business Subcontracting Plan and executed Non-Disclosure Agreements, by the extended deadline of August 12, 2025, and can direct inquiries to primary contact Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil or secondary contact Amanda Carlson at amanda.l.carlson25.civ@army.mil.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    Radford Army Ammunition Plant - DRAFT Solicitation
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking industry feedback for the draft solicitation related to the Radford Army Ammunition Plant (RFAAP) operations, specifically focusing on the production of propellants and facility management. The procurement aims to gather insights on the Performance Work Statements (PWS) and Sections L&M, which cover various operational aspects including environmental compliance, facility planning, fire protection, and safety requirements. This opportunity is crucial for ensuring the effective management and modernization of ammunition production facilities, thereby supporting national defense capabilities. Interested parties are encouraged to register for Industry Day 6, scheduled for January 13-14, 2026, and must submit their registration forms by January 6, 2026, to the designated contacts, including Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil.
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, through the U.S. Army's 928th Contracting Battalion, is seeking proposals for a Firm-Fixed Price (FFP) contract for grounds maintenance services at the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The contract will cover a range of services including grass mowing, aerification, fertilization, and tree maintenance across multiple kasernes, with a performance period starting April 1, 2026, and extending through a base year and four option years. This procurement is crucial for maintaining the operational readiness and aesthetic standards of military facilities, ensuring a safe and well-kept environment for personnel and their families. Interested contractors, particularly Women-Owned Small Businesses (WOSB), must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with further inquiries directed to Contract Specialist Kimberly Marra at kimberly.l.marra.civ@army.mil.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The procurement involves a comprehensive range of services, including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, ensuring compliance with Original Equipment Manufacturer (OEM) specifications and national safety standards. This contract, which spans a base year with four optional renewal periods, is critical for maintaining the operational readiness and safety of essential manufacturing equipment, including lathes, robots, and CNC machines. Interested vendors must submit their proposals by December 30, 2025, and can direct inquiries to Contract Specialist Dustin Sexton at dustin.p.sexton.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    Generator Semi-Annual Preventive Maintenance (PM), Emergency Repair Services (ERS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract focused on Generator Semi-Annual Preventive Maintenance (PM) and Emergency Repair Services (ERS) at the U.S. Army ALTESS Enduring Data Center in Radford, Virginia. The contract encompasses a range of services including detailed inspections, fluid analysis, battery replacement, and load bank testing, structured over a base year and four option years, ensuring the operational readiness of six diesel standby generators. This procurement is set aside for small businesses, with proposals due by January 19, 2026, and a site visit scheduled for January 7, 2026. Interested parties should direct inquiries to Myrisha L. Mullen or Octavia Heflin-Smith via email, and must adhere to the submission guidelines outlined in the solicitation documents.
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.
    Government Owned Contractor Operated Army Ammunition Plant Design, Build and Commission MATOC to support Industrial Base Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking industry feedback on the Draft Request for Proposal (RFP) for the Government Owned Contractor Operated Army Ammunition Plant Design, Build, and Commissioning Multiple Award Task Order Contract (MATOC) W519TC-25-R-0026. This procurement aims to modernize the industrial base by constructing and commissioning ammunition facilities, which are critical for maintaining national defense capabilities. Interested parties are encouraged to review the updated draft documents, including the Statement of Work and scoring matrix, and provide comments or questions by 3 PM Central Time on January 5, 2026, via email to the designated contacts, including Rebecca Bernard and SFC Pramod Khanal. One-on-one sessions are also available for further discussion on this opportunity.