Fort Riley Vertical Lifts

SOL #: W911RX26QA014Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT RILEY
FORT RILEY, KS, 66442-0248, United States

Place of Performance

KS

NAICS

Conveyor and Conveying Equipment Manufacturing (333922)

PSC

Miscellaneous Materials Handling Equipment. (3990)

Set Aside

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

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Feb 4, 2026
3
Submission Deadline
Feb 4, 2026, 8:00 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, 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

People

Points of Contact

Anthony CheatwoodPRIMARY
Kristoffer PoeSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
Fort Riley Vertical Lifts | GovScope