Base Operations Support Services, Rivanna Station, Virginia

SOL #: W5168W-26-R-A016Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FDO FT SAM HOUSTON
FORT SAM HOUSTON, TX, 78234-0000, United States

Place of Performance

Charlottesville, VA

NAICS

Facilities Support Services (561210)

PSC

Facilities Operations Support Services (S216)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Dec 9, 2025
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Jan 30, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Army (MICC-FDO Ft Sam Houston) has issued a solicitation for Base Operations Support Services (BASOPS) at Rivanna Station, Virginia. This requirement is an 8(a) Set-Aside for a Single Award, Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due by February 13, 2026.

Scope of Work

The contractor will provide comprehensive non-personal operations and maintenance (O&M) services, including:

  • Facility Maintenance: Vertical and surfaced/unsurfaced area maintenance, including carpentry, plumbing, HVAC, and electrical systems.
  • Environmental & Grounds: Grounds maintenance (mowing/landscaping), pest management, and solid waste/recycling management.
  • Specialized Services: Snow and ice removal, lift station maintenance, and emergency generator upkeep.
  • Administrative: Program management, utilization of the General Fund Enterprise Business System (GFEBS), and service desk operations.

Contract & Timeline

  • Type: Single Award FFP IDIQ
  • Duration: Base period (March 27, 2026 – January 26, 2027) plus four one-year option periods extending through January 2031.
  • Set-Aside: 8(a) Set-Aside (FAR 19.8)
  • Response Due: February 13, 2026
  • Place of Performance: Charlottesville, VA

Evaluation

Selection will follow a Lowest Price Technically Acceptable (LPTA) process. Evaluation factors include:

  1. Technical Capability: Workflow execution, organization, and staffing.
  2. Past Performance: Evaluated on an acceptable/unacceptable basis.
  3. Price: Evaluated for reasonableness and balance.

Additional Notes

Amendment 0003 provides answers to industry questions and updates solicitation attachments. Personnel performing work in specific areas, such as the Nicholson Building, require Top Secret/SCI eligibility. All proposals must be submitted via the PIEE Solicitation Module.

People

Points of Contact

Jonathon HeckerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Feb 6, 2026
View
Version 6
Solicitation
Posted: Jan 29, 2026
View
Version 5
Solicitation
Posted: Jan 26, 2026
View
Version 4
Solicitation
Posted: Jan 23, 2026
View
Version 3
Solicitation
Posted: Jan 21, 2026
View
Version 2
Solicitation
Posted: Jan 20, 2026
View
Version 1Viewing
Solicitation
Posted: Dec 9, 2025