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 22, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Department of the Army, is soliciting proposals for maintenance and repair services for the Clamshell Building 675 and the Indoor Shooting Range at Fort Riley, Kansas. The contract requires comprehensive upkeep, including HVAC servicing, plumbing repairs, and general maintenance to ensure operational readiness and safety, with initial repairs to be completed within six months of contract award. This project underscores the Army's commitment to maintaining its facilities in compliance with federal and state regulations, emphasizing the importance of a safe and functional environment for military personnel. Interested contractors, particularly small businesses, should direct inquiries to Kelsey Anderson or Sheila Banks by April 16, 2025, with a total contract value of $19,500,000 and a performance period from June 1, 2025, to May 31, 2030, including option years.

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 22, 2025, 2:09 PM UTC
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.
Apr 22, 2025, 2:09 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.
Apr 22, 2025, 2:09 PM UTC
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
Title
Type
Solicitation
Similar Opportunities
FY25 Fort Cavazos Preventative Maintenance F/O
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for preventative maintenance services at Fort Cavazos in Killeen, Texas, under the solicitation titled "FY25 Fort Cavazos Preventative Maintenance F/O." This procurement aims to ensure the upkeep and operational efficiency of administrative facilities and service buildings, which are critical for supporting military operations. The contract is set aside for 8(a) certified firms, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties should 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, as the solicitation includes an amendment regarding site visit requirements.
Fort Riley Laundry and Dry-Cleaning Services
Buyer not available
The Department of Defense, through the Fort Riley Mission and Installation Contracting Command (MICC), is seeking qualified small businesses to provide Laundry and Dry-Cleaning services at Fort Riley, Kansas. The contractor will be responsible for labor, supervision, vehicle transportation, facilities, equipment, and supplies necessary for processing laundry, ensuring compliance with health and environmental regulations while maintaining accountability for government-owned items. This five-year contract, anticipated to begin on December 1, 2025, will be structured as a Firm Fixed Price with an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, and interested parties must submit their capability statements and organization details to the Contract Specialist, Vernard Ross, via email at vernard.d.ross.civ@army.mil. Responses to this Sources Sought Notice are essential for determining market capacity and will not incur any costs to the government.
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.
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.
VLSB 26-0011 Building 825 Chiller and Boiler Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project aims to replace existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the replacement equipment being provided as government-furnished. This repair is critical for maintaining operational efficiency and ensuring the proper functioning of climate control systems within the facility. Interested contractors must submit their bids by May 14, 2025, with a project magnitude estimated between $250,000 and $500,000, and are encouraged to contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further inquiries.
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.
DEP-50801-5P - Replace Chiller and HVAC Repair
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified contractors for the replacement of a chiller and HVAC repair services at the U.S. Army Garrison Devens RFTA in Massachusetts. The procurement aims to gather information on the availability and capability of potential sources, with a focus on firms classified under the NAICS Code 236220 for Commercial and Institutional Building Construction, which has a small business size standard of $45 million. The government intends to award a single firm-fixed-price contract with an expected performance period of 180 days following the notice to proceed. Interested parties should submit their company information and capabilities to Bryan Thompson via email by the specified deadline, as no solicitation document currently exists.
LTUY252018 Repair Building 53 for Interim Occupancy
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of Building 53 at the 131st Bomb Wing Civil Engineering Squadron in Saint Louis, Missouri. The project involves repairing the interior finishes, including restroom and plumbing fixtures, flooring, and ceiling finishes, with a contract duration of 45 calendar days following the notice to proceed. This initiative is crucial for creating a functional administrative space for the U.S. Army Audit Agency while ensuring compliance with safety and environmental regulations, particularly due to the building's historic status. Interested contractors must register for a site visit by April 25, 2025, and submit their quotations by May 20, 2025, with the government budget set at $60,000 for the project. For further inquiries, contractors can contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil.
Building 110 Repairs – D-B Phase 1 at Watervliet Arsenal (WVA), New York
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking market research responses for the Design-Build Phase 1 Repairs of Building 110 at Watervliet Arsenal (WVA), New York. The project involves extensive renovations, including the replacement of exterior doors, sealing air infiltration areas, cleaning and restoring interior surfaces, and upgrading HVAC and electrical systems, with a construction magnitude estimated between $25 million and $100 million. This opportunity is crucial for ensuring the facility meets modern standards while preserving its historical integrity. Interested small businesses, particularly those certified as 8(a), HUBZone, or Service-Disabled Veteran-Owned, must submit their qualifications and previous experience by 4 PM EST on January 23, 2025, to the primary contact, Mohenda R. Surage, at mohenda.r.surage@usace.army.mil.
Grounds Maintenance Services in Fort Drum, NY
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking qualified contractors to provide grounds maintenance services at Fort Drum, NY. The procurement aims to establish a firm fixed price purchase order for comprehensive landscaping services, as detailed in the attached Performance Work Statement (PWS) and Site Map. These services are crucial for maintaining the aesthetic and functional quality of the military installation's outdoor spaces. Interested small businesses must note that this opportunity is a Total Small Business Set-Aside, with a requirement response date specified in the solicitation, and an estimated contract start date of approximately June 25, 2025. For further inquiries, potential offerors can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.