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, MICC-FT RILEY, is soliciting proposals for the purchase and installation of two Vertical Lift Modules (VLMs) at Fort Riley, Kansas. This Combined Synopsis/Solicitation also requires the demolition of existing lift systems, comprehensive training, and five years of maintenance services. This opportunity is a Total Small Business Set-Aside. An amendment has extended the proposal submission deadline to February 6, 2026, at 1:00 P.M. CST.
Scope of Work
The contractor shall provide all supervision, labor, materials, and equipment necessary for the purchase and installation of two VLMs at DPTMS, Fort Riley. This includes the removal and disposal of two existing machines. Personnel performing installation and training must be authorized, qualified, and possess a current Information Assurance Technician Level 1 certification. Qualified individuals must also provide maintenance services during the five-year warranty period. The end-user will be responsible for running electrical hookups within 15 feet of the VLM units.
Key VLM Specifications:
- Quantity: 2 units, each equipped with 29 trays (25x 452 lbs, 2x 584 lbs, 2x 992 lbs capacity).
- Design: Ergonomic, modular construction with a 5-year warranty on all components. Features a steel belted tooth drive system (chain-driven systems are not acceptable) and a central extractor guidance system with a minimum of 10 rollers.
- Safety: Includes an automatic security door, a self-monitoring full-height LVS light curtain, redundant safety features, and fail-safe overrides.
- Compliance: Equipment must comply with DIN EN 15095, tested and certified by TÜV, a USA NRTL, and a Canadian CB. The manufacturing factory must be ISO 9001 and ISO 14001 certified.
- Service: Requires 24-hour turnaround time for service requests by factory-trained personnel. Units must have a built-in service ladder.
Contract & Timeline
- Contract Type: Firm-Fixed Price (Combined Synopsis/Solicitation / Request for Quote).
- Set-Aside: Total Small Business Set-Aside (100%).
- NAICS Code: 333922 (Miscellaneous Materials Handling Equipment).
- Place of Performance: Fort Riley, KS 66442 (specifically 7920 APENINES DR).
- Published Date: January 28, 2026.
- Site Visit: A site visit is scheduled for Monday, February 2, 2026, at 10:00 CST at the Training Support Center, 77680 Armistead St, Fort Riley, KS 66442. Vendors must obtain a visitor pass.
- Proposal Due: February 6, 2026, at 1:00 P.M. CST.
- Construction Duration: 112-126 days.
Submission & Evaluation
Quotes must be submitted via email in two volumes: Volume 1 for price, and Volume 2 for technical approach and past performance. Evaluation factors include Price, Past Performance, and Technical Approach. Award will be made to the offeror providing the best value to the Government, which reserves the right to award without discussions or to award multiple contracts. Offerors must ensure their Representations and Certifications are current, accurate, and complete.