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
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 6:00 PM UTC
Description

The Department of Defense is soliciting proposals for the maintenance and repair of the Building 675 Clamshell and the indoor shooting range at Fort Riley, Kansas, under contract number W911RX25RA007. The contractor will be responsible for a range of services, including HVAC servicing, plumbing repairs, electrical system maintenance, and pest prevention, with initial repairs required within the first six months and ongoing maintenance capped at $30,000 annually. This contract, valued at $19,500,000, emphasizes compliance with safety regulations and federal laws, and it is set to run from June 1, 2025, to May 31, 2030, with four option years. Interested parties must submit questions by April 16, 2025, 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
Apr 3, 2025, 2:05 PM UTC
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.
Apr 3, 2025, 2:05 PM UTC
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.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Construction Storm Damage Repairs (HVAC/Windows)
Buyer not available
The U.S. Army Corps of Engineers, Kansas City District, is seeking small businesses to participate in a sources sought notice for a design-build contract focused on replacing HVAC systems and repairing windows in Buildings 1098, 2400, and 102 at Fort Leavenworth, Kansas. The project aims to comply with local building standards and the Secretary of the Interior’s standards due to Building 102's historic designation, with an estimated contract value between $5 million and $10 million. This opportunity is crucial for enhancing the operational efficiency and comfort of the facilities while ensuring adherence to preservation guidelines. Interested contractors must submit their qualifications, including relevant experience and bonding capabilities, by April 17, 2025, with the contract expected to be awarded by September 30, 2025. For further inquiries, contact Jane Bramel at jane.e.bramel@usace.army.mil or Alice Jeffres at alice.m.jeffres@usace.army.mil.
Fort Leavenworth X-Ray Maintenance (USDB DOPS)
Buyer not available
The Department of Defense, through the U.S. Army, is soliciting proposals for the provision of an x-ray machine and maintenance services at the United States Disciplinary Barracks (USDB) located in Fort Leavenworth, Kansas. The contract requires the contractor to deliver, install, and maintain an x-ray system that is crucial for enhancing security by detecting weapons and contraband within this maximum-security facility, which houses both military and civilian personnel as well as over 430 inmates. This non-personal services contract spans one base year with four optional renewal years, emphasizing strict security protocols and compliance with federal acquisition regulations. Interested parties should contact Roberto Yroz at roberto.c.yroz.civ@army.mil or Robert M. Parvin at robert.m.parvin.civ@army.mil for further details, with an estimated total contract value of $34 million.
RANGE 27 - ROAD RECONSTRUCTION AND WATER MITIGATION CHANNELS TO PREVENT RANGE EROSION ISO OPM-SANG, KSA
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command, is soliciting proposals for the reconstruction of roads and the establishment of water mitigation channels at Range 27, located in Riyadh, Saudi Arabia. This project aims to address erosion issues and enhance operational efficiency for military training, specifically for heavy vehicle and aviation firing exercises. The selected contractor will be responsible for ensuring compliance with federal standards, including the submission of detailed plans and documentation, with a total project budget estimated between $1 million and $5 million. Proposals are due by May 25, 2025, and interested parties should direct inquiries to Shaniel Escoffery or Linda Matos via email.
Design-Build Maintenance and Repair Army Reserve (MRAR) of Equipment Concentration Site (ECS), B-56767, at North Cavazos, TX
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project focused on the maintenance and repair of the Equipment Concentration Site (ECS), B-56767, located at North Fort Cavazos, Texas. The project entails significant renovations to an existing facility, including upgrades to HVAC and electrical systems, compliance enhancements, and the construction of additional space to improve functionality and accessibility. This initiative is crucial for maintaining operational readiness and ensuring that the facility meets Department of Defense standards, with a contract value estimated between $10 million and $25 million. Interested small businesses must submit their qualifications by the specified deadlines, and inquiries can be directed to Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
Repair SOW Ops Facility B3524
Buyer not available
The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base in Japan, is seeking proposals for a two-phase design-build contract to repair the SOW Ops Facility B3524. The project involves extensive repairs including structural concrete spalling, roof reconstruction, and upgrades to mechanical and electrical systems, with a contract value estimated between $25 million and $100 million. This opportunity is critical for maintaining operational readiness and safety at the facility, and the solicitation is expected to be available electronically on or about May 22, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can contact Marina Joyce Amosin or Gary Wynder for further information.
Trane & York Chillers Maintenance & Repair- Tobyhanna Army Depot
Buyer not available
The Department of Defense, through the Army Contracting Command, is seeking small businesses to provide maintenance and repair services for two Trane and one York air-cooled chillers, along with a Larkin Free Cooler, located at the Tobyhanna Army Depot in Pennsylvania. The contract, identified as W51AA1-25-R-0015, is structured as a hybrid agreement combining firm-fixed-price and time-and-materials pricing, with a focus on scheduled inspections and on-call repairs to ensure optimal functionality of the cooling systems. This procurement is vital for maintaining critical infrastructure at the depot, with a proposal submission deadline set for April 17, 2025, following a mandatory site visit on March 25, 2025. Interested contractors can reach out to Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125 for further details.
Power and HVAC Support for Fort Hunter Liggett, CA
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide power and HVAC support for training exercises at Fort Hunter Liggett, California. The procurement involves a firm fixed-price contract for the provision of personnel, equipment, materials, and supplies necessary to meet the power generation and HVAC needs for 28 buildings across three training areas, with a focus on compliance with safety regulations and quality control. This contract is crucial for ensuring operational readiness during military training exercises, emphasizing the importance of reliable environmental control systems. Interested parties, particularly small businesses, must submit their offers by April 16, 2025, with a total award amount of USD 40 million and a performance period from May 28 to June 17, 2025. For further inquiries, contact Breanna Huff at breanna.d.huff.civ@army.mil.
HQ Building Maintenance
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking maintenance services for the Headquarters Building located in Walla Walla, Washington. The service contract includes the operation, maintenance, and repair of equipment and systems within the building. The contract will be for one base year with four option years. The scope of work includes maintenance of architectural, structural, mechanical, electrical, plumbing, fire protection, life safety, HVAC, and UPS systems. The contractor will also be responsible for site maintenance. The solicitation is expected to be released in July 2019 with an anticipated award in August 2019. The contract is open to 100% total small business concerns.
Maintenance and Repairs of Doors, Gates, & Barriers
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance and repair of doors, gates, and barriers at various facilities within the USAG Wiesbaden area in Germany. The contract will encompass a hybrid fixed price and time and materials structure, requiring annual and semi-annual preventive maintenance, inspections, corrective repairs, and compliance with both U.S. and local German regulations. This procurement is crucial for ensuring the operational safety and efficiency of the facilities, with a contract duration of twelve months and two optional one-year extensions, expected to commence in July 2025. Interested contractors must register in the System for Award Management (SAM) and direct any inquiries to Kathleen Balon at kathleen.balon.civ@army.mil before the solicitation is issued, anticipated around April 30, 2025.
WAREHOUSE OFFICE ADDITION & RENOVATION AT BUILDING 1146
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Warehouse Office Addition and Renovation project at Building 1146, Fort Leavenworth, Kansas. This sources sought notice aims to gather information on potential contractors capable of executing the addition of a 1,282 square foot metal building office, a new recessed truck dock, and various renovations including mechanical, electrical, and fire protection systems, as well as interior remodeling. The project is critical for enhancing operational capabilities at the U.S. Army's Fort Leavenworth and falls under the NAICS code 236220 for Commercial and Institutional Building Construction, with a size standard of $45 million. Interested parties should submit their responses on company letterhead in PDF format to Felipe D. Zaragoza at felipe.d.zaragoza.civ@army.mil or Jennifer S. Walker at jennifer.s.walker12.civ@army.mil.