ContractPresolicitationService-Disabled Veteran-Owned Small Business Set Aside

DRAFT SOLICITATION - Fort Rucker Gunnery Range

DEPT OF DEFENSE PANMCC-24-P-0000-007903
Response Deadline
Sep 17, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Presolicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for a non-personnel services contract to provide range operations, maintenance, and repair support at the Fort Rucker Aviation Center of Excellence Gunnery Range and Training Complex in Alabama. The contractor will be responsible for delivering all necessary personnel, equipment, and services, excluding Government Furnished Property, to support operations across approximately 59,800 acres, which includes tasks such as targetry, electronic maintenance, and grounds upkeep. This contract is critical for maintaining the operational readiness of military training facilities and includes a 15-day phase-in period, an 11-month base year, and four 12-month option periods, with a total estimated value of $47 million. Interested parties should submit their proposals electronically by September 17, 2025, and may contact Hunter Langdon or David Clark for further information.

Classification Codes

NAICS Code
561210
Facilities Support Services
PSC Code
S216
HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT

Solicitation Documents

10 Files
Range Contract PWS 2026 Draft.pdf
PDF9328 KBDec 5, 2024
AI Summary
The document is a Performance Work Statement (PWS) for a federal contract to provide operations, maintenance, and repair services for the Fort Novosel Gunnery Range and Training Complex. The scope includes managing range operations, maintaining training areas, and ensuring the safety and functionality of equipment and facilities. Its objective is to support military training objectives across a range of service and tenant units, aligning with environmental requirements and management practices. Key elements include contractor responsibilities for equipment and targetry maintenance, operational support, and quality control. The contract spans a 15-day phase-in period followed by one base year and four one-year options. Quality Control, personnel qualifications, and extensive safety protocols are essential aspects, as is the commitment to providing services 24/7, including holidays. Given the context of government RFPs, this document is structured to specify expectations, roles, and performance measures for contractors to ensure effective support for military training operations while meeting stringent regulatory standards.
Gunnery SSN 2nd Issuance.pdf
PDF143 KBDec 5, 2024
AI Summary
The Mission and Installation Contracting Command (MICC) at Fort Eustis is seeking input from potential contractors for maintenance and repair services at Fort Novosel's Gunnery Range and Training Operations Complex. This sources sought notice aims to assess market capabilities and may lead to competitive procurement, possibly set aside for small businesses. The primary service location is Fort Novosel, Alabama, with on-site work constituting 99% of the effort. Contractors must provide various services such as equipment operation, maintenance of training facilities, inspection, and repair of structures and systems, as well as managing operational support databases. Eligibility is tied to NAICS code 561210 with a small business size standard of $47 million. Interested parties should submit a capabilities statement outlining relevant experience, technical skills, and the ability to manage required tasks, as well as information on their business size and structure. The potential contract is expected to encompass a base year and four option years, commencing in June 2026, under a Firm-Fixed-Price structure. Responses are due by December 20, 2024, and will help determine the feasibility of small business participation in the contracting process.
DRAFT Attachment 1 - Performance Work Statement.pdf
PDF5208 KBSep 2, 2025
AI Summary
This Performance Work Statement (PWS) outlines a non-personnel services contract for range operations, maintenance, and repair at the Fort Rucker Aviation Center of Excellence Gunnery Range and Training Complex. The contractor will provide all necessary personnel, equipment, and services, excluding Government Furnished Property (GFP), for the 59,730-acre complex. Key services include targetry, electronic maintenance, range computer systems operation, grounds maintenance, supply, and operational support. The contract has a 15-day phase-in, an 11-month base year, and four 12-month option periods. The contractor is responsible for quality control, while the Government provides quality assurance. Essential requirements include staffing for 24/7 operations, security clearances for computer access, physical security, key control, and various employee certifications (e.g., driver's licenses, antiterrorism, cybersecurity, burn management, pesticide application). The contractor must provide key personnel, including a Project Manager, and adhere to strict conduct and safety regulations. All contractor employees must wear identification badges, and the Government retains unlimited data rights. Medical services for contractor personnel are the contractor's responsibility, and all personnel are subject to installation search and seizure policies and a no-smoking policy.
DRAFT SOLICITATION - W911S026RA001.pdf
PDF2612 KBSep 2, 2025
AI Summary
This government Request for Proposal (RFP) outlines requirements for Women-Owned Small Businesses (WOSB) to provide gunnery range support services, including operations and maintenance, for the Directorate of Plans, Training, Mobilization, and Security (DPTMS) at Fort Rucker, Alabama. The contract includes a base year and six option years, with a total estimated value of $47,000,000.00. Services cover maintenance and repair of range and training complexes spanning approximately 59,800 acres. Proposals must be submitted electronically via email by September 17, 2025, and adhere to strict formatting and content guidelines across five volumes: General, Technical Capability, Past Performance, Price Proposal, and Solicitation Compliance Documents. Evaluation will prioritize technical capability and past performance over price. Key requirements include detailed staffing, recruitment, retention, phase-in, and quality control plans, as well as disclosure of organizational conflicts of interest and subcontractor information. Specific FAR and DFARS clauses are incorporated by reference and full text, covering areas like payment instructions, anti-trafficking, and small business utilization.
DRAFT Attachment 3 - Past Performance Questionnaire.docx
Word306 KBSep 2, 2025
AI Summary
The US Army's Mission and Installation Contracting Command (MICC) – Fort Eustis, is conducting a competitive source selection for Request for Proposal (RFP) W9124G24R0001. As part of this evaluation, the MICC is requesting past performance information from offerors on recent federal, state, local government, or commercial contracts. The document includes a Past Performance Questionnaire to assess offerors' performance. This questionnaire, which requires candid and factual responses, is divided into three parts: Contract Identification (to be completed by the Offeror), Evaluation (to be completed by the Respondent Point of Contact with sections on staffing, workforce stability, surge support, customer satisfaction, and general comments), and Return Information. It also defines rating levels (Exceptional to Unacceptable) for consistent evaluation. Respondents are asked to return the completed questionnaire within three days of receipt or by 10:00 AM EDT on the specified date, whichever comes first, to the Contracting Officer and Contract Specialist.
DRAFT Attachment 2 - Pricing Workbook Gunnery Range 5JUNE25.xlsx
Excel47 KBSep 2, 2025
AI Summary
This government file outlines the pricing requirements and structure for a Gunnery Range Operations contract, including base year and six option years. Offerors must complete the 'UNIT PRICE' column on the 'Section B' tab and the 'Fixed Price Labor' tab, ensuring calculations support proposed unit prices. Specific instructions are provided for placing phase-in and base year service prices within CLIN 0001, utilizing SLINs. Offerors are responsible for adding necessary labor categories and fringe cost columns to align with their technical approach and accounting practices. Escalation factors must be applied to labor categories for option years. The document lists various labor categories with associated cost components like direct labor, fringe benefits, overhead, G&A, and profit. The overall goal is to establish a clear and accurate pricing proposal for the Gunnery Range Operations and related services.
Attachment 3 - Past Performance Questionnaire.docx
Word305 KBSep 2, 2025
AI Summary
The U.S. Army Mission and Installation Contracting Command (MICC) – Fort Eustis, is conducting a competitive source selection for Request for Proposal (RFP) W9124G24R0001. This document is a Past Performance Questionnaire used to evaluate offerors' performance on past federal, state, local, or commercial contracts. The questionnaire requests candid and factual responses from identified points of contact, emphasizing the importance of accurate and complete information for awarding federal contracts. It provides detailed rating definitions (Exceptional, Very Good, Satisfactory, Marginal, Unacceptable) and is divided into three parts: Offeror Identification, Performance Evaluation (covering staffing, workforce stability, surge support, and customer satisfaction with required rationale), and Respondent Identification. Completed questionnaires are due within three days of receipt or by 10:00 AM EDT on MMMM DD, YYYY, whichever comes first, and should be submitted to the Contracting Officer and Contract Specialist via email.
Attachment 2 - Pricing Workbook Gunnery Range 5JUNE25.xlsx
Excel47 KBSep 2, 2025
AI Summary
This document outlines the pricing instructions and structure for a government solicitation related to Gunnery Range Operations. It details the completion requirements for the 'Section B' and 'Fixed Price Labor' tabs, emphasizing accurate unit pricing and labor cost calculations. Key instructions include not placing a price in CLIN 0001 directly but breaking down 'Services - Phase-In', 'Services - Base Year (15 days)', and 'Services - Base Year (11 months)' into specific SLINs under CLIN 0001. Offerors must ensure their 'Fixed Price Labor' tab supports the proposed unit prices, adding labor categories and fringe cost columns as necessary. The document also specifies the inclusion of escalation for labor categories in option years and reminds offerors of their responsibility for proposal accuracy. The solicitation covers a base year and six option years for Gunnery Range Operations, ODCs, and Service Contract Reporting (SCR).
Attachment 1 - Performance Work Statement.pdf
PDF4696 KBSep 2, 2025
AI Summary
The Performance Work Statement (PWS) outlines a non-personnel services contract for the Fort Rucker Gunnery Range and Training Complex, focusing on operations, maintenance, and repair. The contract supports the Sustainable Range Program (SRP) mission by managing and maintaining training areas and ranges. Key services include targetry, electronic maintenance, range computer systems operations, complex maintenance, operational support, and reporting. The period of performance includes a 15-day phase-in, an 11-month and 15-day base year, and four 12-month option periods, starting June 2026. The contractor is responsible for quality control, staffing, and adherence to security, safety, and certification requirements. Key personnel, including a Project Manager, Facilities Maintenance Supervisor, and Senior Operations Technician, are required. The government retains unlimited data rights, and strict conduct and identification policies apply to all contractor employees.
Solicitation - W9124G26RA001.pdf
PDF2703 KBSep 2, 2025
AI Summary
This government solicitation, W9124G26RA001, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide comprehensive gunnery range operations, maintenance, and repair services at Fort Rucker, Alabama. The contract includes a base year and six option years, with a total estimated value of $47,000,000. Services cover approximately 59,800 acres and support various military units. The RFP details proposal preparation instructions, requiring five volumes: General, Technical Capability, Past Performance, Price Proposal, and Solicitation Compliance Documents. Evaluation criteria prioritize technical capability and past performance, which, when combined, are more important than price. The document outlines specific FAR and DFARS clauses, including detailed Wide Area Workflow (WAWF) payment instructions. Electronic submission of proposals via email is mandatory by September 17, 2025.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 5, 2024
amendedLatest AmendmentSep 2, 2025
deadlineResponse DeadlineSep 17, 2025
expiryArchive DateOct 2, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QM MICC-FDO FT EUSTIS

Point of Contact

Name
Hunter Langdon

Place of Performance

Fort Rucker, Alabama, UNITED STATES

Official Sources