Unsecure Offsite Tape Storage and Critical Special Mission Emergency Services
ID: W91QF526RA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT LEEFORT LEE, VA, 23801, USA

NAICS

Other Warehousing and Storage (493190)

PSC

IT AND TELECOM - DATA CENTER AS A SERVICE (DC10)

Set Aside

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

    The Department of Defense, specifically the U.S. Army, is seeking proposals for Unsecure Offsite Tape Storage and Critical Special Mission Emergency Services, with a focus on supporting the Army Acquisition, Logistics and Technology Enterprise Systems & Services (ALTESS) Project Office at Radford Army Ammunition Plant, Virginia. The contract will involve providing secure storage for LTO tapes, including transportation services for urgent media delivery, with a requirement for a two-hour response time for critical services. This procurement is vital for ensuring the continuity of operations and secure management of sensitive data, particularly in emergency situations. Interested small businesses must submit their proposals by January 19, 2026, at 3:00 PM EST, and can direct inquiries to Myrisha L. Mullen or Octavia Heflin-Smith via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines a non-personal services contract for Unsecure Offsite Tape Storage and Critical Special Mission Emergency Services for the U.S. Army Acquisition, Logistics and Technology Enterprise Systems & Services (ALTESS) Project Office at Radford Army Ammunition Plant, VA. The contract spans a base year and four option years (March 2026 – February 2031). Key services include vaulting 1,200 LTO media in a climate-controlled, secured facility within a four-hour/250-mile radius, with an option to increase media by 20 LTOs annually. Transportation services involve weekly pickup and delivery of 25 LTO media in certified, secure containers. Administrative services include itemized billing, an automated media management portal with 24/7 access for tracking inventory, and 24/7 customer support. Critical Special Mission Emergency Services require a 24/7, two-hour on-site response time. The contractor must adhere to strict security, environmental compliance, and reporting requirements, including personnel background checks and SAM.gov service contract reporting.
    The document outlines a solicitation for
    This document is a combined synopsis/solicitation (W91QF5-26-R-A003) for commercial items related to Generator PM & ERS, set aside for small businesses. Proposals are due by January 19, 2026, at 3:00 P.M EST via email. The North American Industry Classification System (NAICS) Code is 493190, and the Product Service Code is DC10. The award will be made to the Lowest Price, Technically Acceptable offeror, based on evaluation factors including Technical Capability, Price, and Past Performance. Technical proposals must detail the vendor's approach to providing Portable Latrines and Hand Wash Stations, demonstrating compliance with the Statement of Work (SOW). Price proposals must provide US dollar pricing for all CLINs, including a total price. Past performance will be assessed using the Past Performance Information Retrieval System (PPIRS). The document also includes numerous clauses incorporated by reference and full text, covering areas like System for Award Management, various prohibitions (e.g., Kaspersky Lab, certain telecommunications equipment), and contractor responsibility matters.
    Lifecycle
    Similar Opportunities
    Generator Semi-Annual Preventive Maintenance (PM), Emergency Repair Services (ERS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Generator Semi-Annual Preventive Maintenance (PM) and Emergency Repair Services (ERS) for six diesel standby generators located at the U.S. Army ALTESS Enduring Data Center in Radford, Virginia. The contract encompasses a range of services including semi-annual maintenance, emergency repairs, annual extended service coverage certification inspections, load bank testing, battery replacements, and fluid sampling and testing, spanning a base year and four option years from March 2026 to March 2031. These services are critical for ensuring the operational readiness and reliability of backup power systems, which are vital for maintaining data center operations during power outages. Interested small businesses must submit their proposals by January 19, 2026, at 3:00 P.M. EST, and direct any inquiries to Myrisha L. Mullen at myrisha.l.mullen2.civ@army.mil or Octavia Heflin-Smith at octavia.l.heflin-smith.civ@army.mil by January 9, 2026, at 3:00 P.M. EST.
    30 yard roll off container
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a 30-yard roll-off container through a Combined Synopsis/Solicitation notice. This contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in fulfilling government needs. The roll-off container is essential for managing waste and materials at military installations, particularly at the McAlester Army Ammunition Plant in Oklahoma. Interested vendors can reach out to Mike Fabry at mike.j.fabry.civ@army.mil or call 918-420-6580 for further details regarding the submission process and requirements.
    The Radford Army Ammunition Plant (RFAAP) Acid Farm Storage Tanks
    Dept Of Defense
    The Department of Defense, through the Army's W6QM MICC-FT DRUM office, is seeking architect-engineering firms to provide design services for the modernization of the Acid Farm storage tanks at the Radford Army Ammunition Plant (RFAAP) in Radford, VA. The project aims to develop a modernized Acid Tank Area that can support the production of various acids essential for Nitrocellulose production, including Spherical Nucleic Acid and Strong Nitric Acid, while addressing environmental and safety concerns. This modernization is critical to meet the production demands of the Nitric Acid Concentrator and the Nitrocellulose production facility. Interested firms should contact Lyndsie Hall at lyndsie.j.hall.civ@army.mil or A. Milan Sanchez at alfredo.m.sanchez.civ@army.mil for further details.
    Shipping and Storage
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting bids for a procurement opportunity focused on shipping and storage containers. This total small business set-aside contract requires the delivery of three units of the specified shipping and storage container (NSN: 8145-01-125-9717, Part Number: 12304565), along with a First Article Test Report, with an option for three additional units. The goods are crucial for military logistics and operations, ensuring secure and efficient transport and storage of materials. Interested vendors must submit their bids via email by February 5, 2026, and can access the Technical Data Package through SAM.gov, provided they have a current DD 2345 for export control compliance. For further inquiries, potential bidders can contact Noelle Riggs at noelle.riggs@dla.mil or Janeca Dent at JANECA.DENT@DLA.MIL.
    Local exchange services for ALTESS, Radford, VA.
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting quotes for local exchange services for ALTESS in Radford, Virginia, under solicitation number W91RUS26QA005. The procurement aims to provide local voice and data circuits, including analog and digital access, operator assistance, and E911 services, while adhering to various technical and safety standards. This contract is crucial for maintaining reliable communication services until the transition to IP circuits is completed, with a performance period that includes installation and cut-over plans within 120 days. Interested vendors must submit their quotations, including proof of certification as a facilities-based carrier in Virginia, by the specified deadline to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil or by phone at 571-588-1762.
    Public Address/Visual Information and Television Broadcast System (PAVIS) Services
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for Public Address/Visual Information and Television Broadcast System (PAVIS) Maintenance and Installation Services at the Tobyhanna Army Depot in Pennsylvania. The contract encompasses a base year plus two option years, commencing on February 27, 2026, and includes tasks such as troubleshooting, installation, and maintenance of audio and visual equipment across multiple buildings and zones. This service is critical for ensuring effective communication and information dissemination within the Army's operational framework. Interested vendors must submit their proposals via email to Alicia Piercy by January 14, 2026, at 12:00 PM EST, and comply with various security and regulatory requirements, including registration in SAM and adherence to FAR guidelines.
    Vertical Storage Shuttle
    Dept Of Defense
    The Department of Defense, through the Letterkenny Army Depot (LEAD), is soliciting proposals for the procurement and installation of a Kardex Remstar XP Shuttle Model 500XP vertical lift storage system, which includes 56 trays and 60 additional metal divider kits. This requirement is critical for enhancing the efficiency of tool storage and management within the depot's operations, ensuring optimal organization and accessibility of tools. The selected contractor will be responsible for comprehensive project management, including equipment procurement, installation, system testing, and personnel training, with a delivery deadline set for April 30, 2026. Interested vendors can reach out to Randy Allison at randy.s.allison.civ@army.mil or call 717-267-5216 for further details regarding the solicitation process.
    Synopsis & Solicitation for Specialized Shipping & Storage Containers
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Detroit Arsenal, is seeking to award a sole source contract to Hardigg Industries, LLC for the provision of specialized shipping and storage containers. The contract, identified as W912CH-25-R-0020, is a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement for a five-year term, with an estimated quantity of 198 units, although only a minimum of 15 units is guaranteed. These containers, classified under NAICS code 332439, are crucial for military logistics and storage operations, ensuring secure and efficient transport of equipment. Interested contractors must be registered in the System for Award Management (SAM) and are advised to monitor the solicitation for updates, as it will be issued electronically in the coming weeks. For further inquiries, David Joley can be contacted at david.s.joley.civ@army.mil or by phone at 571-588-9341.
    The Radford Army Ammunition Plant (RFAAP) Modernized Pre-Mix and Nitro Cellulose (NC) Dehydration NG3 Facilities
    Dept Of Defense
    The Department of Defense, through the Army, is seeking qualified firms to participate in the construction of the Modernized Pre-Mix and Nitro Cellulose (NC) Dehydration facilities at the Radford Army Ammunition Plant (RFAAP) in Virginia. This project aims to develop a 30% design for the NC Dehydration and Pre-Mix facilities, utilizing modern, safe, and environmentally friendly technologies to enhance the production processes of nitrate esters critical for propellant manufacturing. The existing facilities are outdated, with some equipment over 50 years old, leading to production interruptions; thus, this modernization is essential for maintaining operational efficiency. Interested parties can contact Lyndsie Hall at lyndsie.j.hall.civ@army.mil or A. Milan Sanchez at alfredo.m.sanchez.civ@army.mil for further details.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of 233 waste receptacles (NSN: 7240-01-537-1804) under a total small business set-aside contract. This firm-fixed-price purchase order requires compliance with military preservation, packing, and marking standards, with all shipments to be delivered Free On Board (FOB) to Texarkana, Texas. The procurement is critical for maintaining operational efficiency and cleanliness in military environments, and interested vendors must submit their proposals electronically by January 26, 2026, with all offers remaining valid for a minimum of 90 days post-submission. For further inquiries, potential offerors can contact Eboni Albert or Jonice Green via their provided email addresses.