Amendment 2: Fort Riley Soldier Readiness Unit (SRU) Clamshell and Indoor Range Maintenance
ID: W911RX-25-R-A007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, USA

NAICS

Nonresidential Property Managers (531312)

PSC

MAINTENANCE OF RECREATIONAL BUILDINGS (Z1FB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting proposals for the maintenance and repair of the Clamshell Building 675 and the Indoor Shooting Range at Fort Riley, Kansas. The contract requires general maintenance services, including repairs to HVAC systems, plumbing, electrical work, and pest prevention, with initial repairs to be completed within six months of contract award and ongoing maintenance capped at $30,000 annually. This procurement is crucial for ensuring the operational readiness and safety of military facilities, reflecting the Army's commitment to maintaining high standards in facility management. Interested contractors must submit their proposals by May 12, 2025, and can direct inquiries to Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Army has outlined a Statement of Work for project W911RX-25-R-A007, focusing on maintenance and repair of Building 675 Clamshell and the indoor shooting range. The contractor is responsible for general repairs including door and electrical systems, HVAC servicing, plumbing issues, and pest prevention within a designated timeframe of six months for initial repairs and ongoing maintenance capped at $30,000 annually. Emergencies such as gas leaks or plumbing failures require immediate attention within predefined response times. The document details service order priorities, safety regulations, required accident prevention measures, and adherence to federal and state laws for all work conducted. Contractors must develop a Quality Control Plan and ensure safety measures are in place at the job site. Access security, including background checks and personnel training on anti-terrorism measures, is mandated. Work is limited to specified US holidays and defined hours during the week. This RFP demonstrates the Army's commitment to maintaining facility operational standards while ensuring compliance with safety and regulatory requirements.
    The Department of the Army's project W911RX-25-R-A007 outlines the maintenance and repair requirements for the Clamshell Building 675 and Indoor Range. Key tasks include correcting door functionalities, servicing HVAC systems, addressing plumbing issues, and other general repairs, ensuring a safe operational environment. Initial repairs must be completed within six months of contract award, with ongoing maintenance capped at $30,000 annually. Emergency, urgent, and priority work is classified with stipulated response times, emphasizing safety and prompt action for hazardous situations. Contractors are required to comply with federal and state regulations, develop a Quality Control Plan, and adhere to strict accident prevention measures. The document also details secure access protocols and required anti-terrorism training for contractor personnel. Overall, this project illustrates the Army's commitment to maintaining operational readiness and safety in its facilities while adhering to rigorous standards and regulations.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract regarding facilities maintenance services at the Soldier Recovery Unit (SRU) in Fort Riley, Kansas. The contract, identified by number W911RX25RA007, amounts to a total award of $19,500,000 and spans from June 1, 2025, to May 31, 2030, including option years for continued services. It emphasizes a Lowest Price Technically Acceptable (LPTA) evaluation method, where offers will be assessed based on price, technical capability, schedule, and past performance. The contractor is expected to perform various maintenance and repair tasks, outlined comprehensively in the Statement of Work, including HVAC servicing, plumbing repairs, and overall facility upkeep to meet government standards. The document stipulates the requirement for potential contractors to be registered in the System for Award Management (SAM) and includes provisions for submission processes, payment procedures, and adherence to federal acquisition regulations. Submission deadlines for questions and responses are specified, stressing the importance of compliance and timely communication for successful contract execution.
    The document outlines a solicitation for a contract aimed at maintaining facilities and services for the Soldier Recovery Unit (SRU) at Fort Riley, Kansas, with a total value of approximately $19.5 million. It specifies a firm-fixed-price arrangement for general maintenance and repairs of the Clamshell and indoor shooting range within the initial two-year period, with the option for an additional four years. Key responsibilities include repairs to HVAC systems, plumbing, electrical work, and pest prevention, with initial tasks to be completed within six months of contract commencement. Offers will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method, considering factors such as technical capability and past performance. The document highlights the requirement for offerors to be registered in the System for Award Management (SAM) and comply with various Federal Acquisition Regulation (FAR) clauses. It also details payment processes through the Wide Area Workflow (WAWF) system and outlines access requirements for commercial vehicle deliveries to the installation. The overall purpose of this solicitation is to secure a contractor capable of delivering reliable maintenance services crucial to the operational readiness of military facilities, thereby supporting the Army's mission and ensuring compliance with federal regulations.
    This document is an amendment to a federal solicitation regarding an extension of the proposal deadline for contractors. The amendment allows offerors to acknowledge receipt in various forms, including completing specific items on the amendment itself or through separate communication. It emphasizes that failure to acknowledge this amendment before the specified deadline may result in the rejection of offers. Additionally, if contractors wish to modify already submitted proposals, they can do so via letter or electronic means, provided they reference the solicitation and amendment. The key change noted is the extension of the response due date from April 24, 2025, to May 12, 2025, with an updated response time also specified. The document maintains all other terms and conditions previously established, reaffirming its continuity except for the specific amendments made. The amendment is issued by a contracting officer and includes contact details for queries and further communications.
    The document outlines maintenance service requirements for a converted Large Area Maintenance Shelter (LAMS) tent and a range constructed from shipping containers, under a federal solicitation. The contracted price is set at $30,000 annually, covering all associated costs, including repairs and on-call maintenance. Maintenance visits are initially proposed at two per year, with potential adjustments after the first inspections. Emergency and urgent service protocols are detailed, requiring prompt response times from contractors, noting that local subcontractors may be necessary due to out-of-state operations. Examples of scenarios needing emergency and urgent interventions are provided, such as gas and water leaks, HVAC failures, and utility outages. This document serves to clarify expectations and responsibilities associated with ongoing facility maintenance, emphasizing the importance of operational readiness and compliance within the procurement framework.
    Lifecycle
    Similar Opportunities
    FY25 Fort Cavazos Preventative Maintenance F/O
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the FY25 Fort Cavazos Preventative Maintenance project, as outlined in Solicitation W911RX25RA001. The procurement aims to secure facilities support services, focusing on the maintenance of administrative facilities and service buildings at Fort Cavazos in Killeen, Texas. This contract is particularly significant as it ensures the operational readiness and upkeep of essential military infrastructure. Interested parties should note that this opportunity is set aside for 8(a) certified businesses, and they can reach out to Sheila Banks at sheila.a.banks.civ@army.mil or Christopher Richie at christopher.a.richie.civ@army.mil for further details. The amendment to the solicitation updates the period of performance and clauses, emphasizing the importance of staying informed on any changes.
    Replace HVAC in Building 53 at Ft Leavenworth, KS
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking proposals for a Design-Bid-Build contract to replace the HVAC system in historic Building 53 at Fort Leavenworth, Kansas. This project includes necessary renovations to the HVAC system as well as repairs to associated electrical and architectural structures, adhering to the Secretary of the Interior’s Standards for the Treatment of Historic Properties. The estimated contract value ranges from $1 million to $5 million, with proposals due approximately 30 days after the solicitation is released, which is anticipated around July 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals, with Kevin Ellis serving as the primary contact for any inquiries.
    Server Rooms/CRAC Units and HVAC Controls
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a project involving the demolition and renovation of computer rooms and HVAC systems at Fort Leavenworth, Kansas. The procurement aims to manage the demolition of two interior computer rooms and two exterior condensing units at buildings 120 and 429, along with the installation of new systems that must be tested and accepted by government personnel. This project is crucial for maintaining operational efficiency and ensuring the functionality of critical infrastructure within military facilities. Interested contractors should submit their qualifications and relevant experience to Felipe D. Zaragoza or Jennifer S. Walker via email, with a projected contract value between $500,000 and $1 million. This sources sought notice is intended for market research purposes and is not a solicitation for proposals.
    IRP McConnell SS012 Fence Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair and replacement of fencing at the Titan Missile Site SS012, associated with McConnell Air Force Base in Kansas. The project involves removing the existing fencing and installing a new 6-foot high galvanized metal chain link fence, along with a stout metal gate and a USAF 'Keep Out' sign, to address security vulnerabilities identified during a five-year review. This procurement is part of a broader initiative to enhance site security and ensure compliance with safety regulations and operational standards. Interested contractors, particularly those eligible under the 8(a) set-aside program, should note that the total award amount is approximately $19 million, with bids due by May 8, 2025. For further inquiries, potential bidders can contact Desiree Peters at desiree.m.peters@usace.army.mil or Dawn S. Barnett at dawn.s.barnett@usace.army.mil.
    4 MOWERS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure four mowers for use at Fort Riley, Kansas. This procurement is categorized as a Total Small Business Set-Aside, indicating that only small businesses are eligible to submit proposals for this contract. The mowers are essential for landscaping and groundskeeping operations, ensuring the maintenance of military facilities and surrounding areas. Interested vendors can reach out to Yvonne Johnson-Wilson at yvonne.a.johnson-wilson.civ@army.mil or by phone at 785-239-8350 for further details regarding the solicitation process.
    Fords Farm Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for maintenance and repair services at Fords Farm under Solicitation No. W91ZLK-25-R-6844. The procurement is a Total Small Business Set-Aside and requires contractors to provide comprehensive maintenance, including quarterly inspections and emergency repairs for the Superbox facility, which handles depleted uranium and is subject to strict regulatory oversight. This contract, anticipated to be awarded as a hybrid Firm-Fixed-Price and Time and Materials agreement, includes a base year and two option years, with proposals evaluated on a Lowest Price Technically Acceptable basis. Interested contractors must submit their proposals by May 28, 2025, and can direct inquiries to Christine Orr at christine.n.orr.civ@army.mil or Nikeena Brown at nikeena.s.brown.civ@army.mil.
    DEP-50801-5P - Replace Chiller and HVAC Repair
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals from qualified small businesses for a firm fixed price contract to replace a chiller and conduct HVAC repairs at the U.S. Army Garrison Devens in Massachusetts. The procurement aims to address critical maintenance needs for the facility, ensuring efficient climate control and operational functionality. This opportunity is part of a total small business set-aside, emphasizing the importance of engaging small enterprises in government contracting. Interested parties should review the attached Statement of Work and solicitation documents, with responses due by the specified deadline, and can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375 for further information.
    Maintenance and Repairs of Doors, Gates, & Barriers
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract focused on the maintenance and repair of doors, gates, and barriers at various U.S. Army facilities in Wiesbaden, Germany. The contract will encompass both preventative maintenance and on-demand repairs, structured as a hybrid fixed-price and time-and-materials agreement, with a base period of 12 months starting around July 9, 2025, and options for two additional 12-month periods. This procurement is crucial for ensuring the operational integrity and safety of military installations, emphasizing compliance with both U.S. and German regulations. Interested contractors must submit their offers by May 30, 2025, and are encouraged to contact Kathleen Balon at kathleen.balon.civ@army.mil or Aaron Ritter at aaron.m.ritter.civ@army.mil for further inquiries.
    Z2DA--589A5-25-125 REPLACE VCS CANTEEN FRIG & FREEZER
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the canteen refrigerator and freezer at the Colmery-O'Neil Veterans Administration Medical Center in Topeka, Kansas. The project requires the complete removal of existing refrigeration facilities, mold remediation, and the installation of new stainless steel systems, with a completion timeline of 270 days following the notice to proceed. This initiative is crucial for enhancing the operational efficiency of the facility, ultimately improving service delivery to veterans. Proposals are due by June 24, 2025, with an estimated project cost between $100,000 and $250,000; interested contractors should contact Contract Specialist Timothy P Fitzgerald at timothy.fitzgerald@va.gov for further details.
    FY25 DHA SRM FACILITY REPAIRS, BUILDING 1585, YOKOTA AIR BASE, JAPAN
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for facility repairs at Building 1585 located at Yokota Air Base, Japan. The project entails replacing the HVAC system, including the building chiller and associated pumps, as well as modernizing the sterile processing department, which will involve relocating it to the first floor and implementing a new layout for decontamination, sterile assembly, and storage. This procurement is critical for maintaining operational efficiency and ensuring compliance with health standards in medical facilities. Interested contractors should contact Charles Qi at charles.l.qi.civ@usace.army.mil or Jiro Miyairi at jiro.miyairi.ln@usace.army.mil for further details, and note that a site visit is scheduled for May 27, 2025.