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
    88th RD CUSTODIAL - KS100 NEW CENTURY, KS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a non-personal services contract to provide janitorial and custodial services at the Army Reserve facility KS100 located in New Century, Kansas. The contract will cover a base period of performance from February 1, 2026, to January 31, 2027, with the potential for four additional one-year option periods and a six-month option to extend services. These custodial services are crucial for maintaining the cleanliness and operational readiness of military facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil for further details regarding the procurement process.
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking a contractor for the Fort Riley Refuse and C/D Landfill Operations, which involves a non-personal services contract for refuse and recycling services at Fort Riley, Kansas. The contractor will be responsible for managing and operating the Construction and Demolition (C/D) Landfill, as well as servicing tree and brush debris disposal areas and recycling containers, requiring comprehensive supervision, labor, supplies, and equipment. These services are crucial for maintaining environmental standards and efficient waste management on the military installation. Interested parties can reach out to Philip Melton at philip.e.melton.civ@army.mil for further details regarding this opportunity.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.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 contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, requires comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including a Visitor Assistance Center, recreation areas, trails, and government-owned vehicles and equipment. This procurement is critical for ensuring the safe and efficient operation of the reservoir's infrastructure, which supports public access and environmental education. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Benjamin Rickman or Troy D. Small via email, with a site visit scheduled for December 17, 2025.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Limited Source Justification (Brand Name)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to justify a limited source procurement for earth moving and excavating equipment at Fort Riley, Kansas. This opportunity is focused on acquiring brand-name equipment, which is critical for fulfilling specific operational requirements within the military context. The procurement is being managed by the W6QM MICC-FT RILEY office, and interested parties can reach out to Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Christopher A. Richie at christopher.a.richie.civ@army.mil for further details. The associated documentation for this justification can be found in the Limited Source Justification FAR Part 8 file.