Fort Riley Vertical Lifts
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, specifically MICC-FT RILEY, is soliciting proposals for the procurement and installation of two Vertical Lift Modules (VLMs) at Fort Riley, KS. This opportunity, a Total Small Business Set-Aside, includes the demolition of existing lift systems, installation of new VLMs, training, and a five-year warranty with maintenance services. Proposals are due by February 4, 2026, at 2:00 PM CST.
Scope of Work
The contractor shall provide all supervision, labor, materials, and equipment for the purchase and installation of two VLMs at DPTMS, Fort Riley. Key requirements include:
- Demolition and disposal of two existing lift systems.
- Installation of two new VLMs, each with 29 trays (25x 452 lbs, 2x 584 lbs, 2x 992 lbs capacity).
- Training on the new equipment by authorized, qualified individuals with current Information Assurance Technician Level 1 certification.
- Provision of maintenance services by qualified individuals during a five-year warranty period.
- VLMs must feature an ergonomic, modular design, steel-belted tooth drive system (chain-driven not acceptable), central extractor guidance, comprehensive safety features (e.g., LVS light curtain, redundant overrides), adjustable shelf spacing, and energy-saving standby mode.
- Equipment must comply with DIN EN 15095, tested and certified by TÜV, a USA NRTL, and a Canadian CB. The factory must be ISO 9001 and ISO 14001 certified.
- Construction duration is estimated at 112-126 days.
Contract & Timeline
- Contract Type: Firm-Fixed Price Combined Synopsis/Solicitation (RFQ).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333922 (Miscellaneous Materials Handling Equipment).
- Published Date: January 23, 2026.
- Questions Due: January 28, 2026, by 2:00 PM CST.
- Proposal Due: February 4, 2026, by 2:00 PM CST.
Submission & Evaluation
Quotes must be submitted via email in two volumes: Volume 1 for price and Volume 2 for technical approach and past performance. Award will be made to the offeror providing the best value to the Government, considering Price, Past Performance, and Technical Approach. The Government reserves the right to award without discussions.
Contact Information
- Primary: Anthony Cheatwood (anthony.d.cheatwood.mil@army.mil)
- Secondary: Kristoffer Poe (kristoffer.m.poe.mil@army.mil)