XFS Global Large Area Maintenance Shelter (LAMS) Maintenance
Key Dates
Due Date
-
Posted Date
-
Agency & Value
Agency
W6QM MICC-FT RILEY
Contract Value
Not provided
Codes & Classification
Solicitation Number
W911RX-26-Q-1BE7
NAICS
811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Classification Code
J054
Additional Details
Documents1
The Department of the Army, through the Mission and Installation Contracting Command at Fort Riley (W6QM MICC-FT RILEY), has issued a Sources Sought Notice to identify qualified vendors capable of providing repair and maintenance services for an XFS Global Large Area Maintenance Shelter (LAMS) at Fort Riley, Kansas. This notice, under procurement identifier W911RX-26-Q-1BE7, is intended to inform the market of a potential upcoming requirement and to solicit capability statements from interested parties, particularly those with experience in commercial and industrial machinery and equipment repair and maintenance.
Purpose and Scope:
The primary objective of this procurement is to secure a contractor who can supply XFS Global LAMS components, perform installation, and execute necessary repairs to maintain the operational integrity of a 75’ x 122’ (8,500 sq. ft.) shelter. This shelter is a critical asset for supporting equipment at the Fort Riley Training Support Center. The anticipated contract will be a Firm Fixed Price (FFP) agreement, executed in accordance with FAR 13 Simplified Acquisition Procedures. All work must adhere to the standards established by XFS Global LAMS, ensuring compatibility with existing infrastructure at Fort Riley.
Key Requirements and Deliverables:
Contractors must demonstrate the ability to:
- Provide all required XFS Global LAMS components.
- Successfully install and integrate these components into the existing shelter structure.
- Perform comprehensive repairs to restore and maintain full functionality of the shelter.
- Ensure all work complies with the specifications outlined in the draft Performance Work Statement (PWS), which is available as an attachment to the notice.
Interested vendors are expected to submit detailed information regarding their technical capabilities, relevant past performance (including size, scope, and complexity of similar projects), business size and status (including any applicable small business certifications), and their approach to fulfilling the requirements. Additionally, feedback is sought on potential barriers to competition, commercial availability of the required services, and recommendations for structuring the solicitation to maximize competition, particularly among small businesses.
Contracting Entity and Contact Information:
- Contracting Office: W6QM MICC-FT RILEY, Department of the Army, Fort Riley, Kansas, USA
- Primary Contact: Richard Brown, Contract Specialist ([email protected], 785-240-3197)
- Secondary Contact: Philip Melton ([email protected], 785-240-3622)
Classification and Location:
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with a small business size standard of $12.5 million.
- Product Service Code: J054
- Place of Performance: Fort Riley, Kansas, United States
Procurement Type and Special Considerations:
This is a Sources Sought Notice only and does not constitute a formal solicitation (RFQ, IFB, or RFP). The government is seeking information to determine the availability and capability of qualified sources, including small businesses in all socioeconomic categories (8(a), SDB, HUBZone, SDVOSB, WOSB, etc.). Responses will inform the government’s acquisition strategy, including the potential for a set-aside. No contract will be awarded as a result of this notice, and the government will not reimburse any costs associated with responding.
Interested parties are encouraged to provide input on any aspect of the draft requirements that may unnecessarily restrict competition and to suggest alternatives or improvements. All responses must be submitted electronically to the primary contract specialist by the specified response date. Proprietary information will be protected in accordance with government regulations.
Summary:
This opportunity is well-suited for contractors with demonstrated expertise in large-scale shelter maintenance and repair, particularly those familiar with XFS Global LAMS systems. The government is committed to fostering competition and encourages participation from a diverse range of businesses. Contractors should carefully review the draft PWS and provide comprehensive capability statements and feedback to help shape the final solicitation.
For further details and to access the draft PWS, interested vendors should refer to the official notice on SAM.gov (Opportunity ID: 869ed5abaeb94eed834b0bc88ed8e919).