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, W6QM MICC-FT RILEY, is soliciting proposals for the purchase and installation of two Vertical Lift Modules (VLMs) at Fort Riley, Kansas. This Total Small Business Set-Aside opportunity requires the demolition of existing lift systems, installation of new VLMs, and training for personnel. The solicitation is a brand name or equal requirement. Proposals are due by February 11, 2026, at 1:00 P.M. CST.
Scope of Work
The contractor will provide all supervision, labor, materials, and equipment for the purchase and installation of two VLMs, including the demolition and disposal of two existing Kardex Remstar SHUTTLE-XP-500-3050x864-US machines. Installation will occur at Fort Riley, KS. Key requirements for the VLMs include:
- Design: Ergonomic, modular, with a 5-year warranty covering parts, labor, and transportation.
- Drive System: Steel belted tooth drive system (chain-driven systems are not acceptable).
- Safety: Automatic security door, self-monitoring full-height LVS light curtain, redundant safety features.
- Storage: 29 trays per unit (25x 452 lbs, 2x 584 lbs, 2x 992 lbs capacity), adjustable shelf spacing, vertical photo eyes.
- Dimensions: Unit size is critical at 133.07" wide by 120.98" deep; larger sizes are not acceptable.
- Compliance: Equipment must comply with DIN EN 15095, tested and certified by TUV, USA NRTL, and Canadian CB. Factory must be ISO 9001 and ISO 14001 certified.
- Personnel: Installation, training, and maintenance services must be performed by authorized, factory-trained, qualified individuals with current Information Assurance Technician Level 1 certification.
- Maintenance: A five-year warranty for corrective maintenance is required; preventative maintenance is not included in the base price.
- Electrical: Contractor ensures systems use current electrical outlets and are operational; no additional power modifications beyond a 15-foot electrical run are anticipated.
- Training: Training for 5-10 personnel per unit, on-site during normal duty hours.
- Work Hours: Restricted to 0800-1500.
- Construction Duration: 112-126 days; accelerated schedules are acceptable if all requirements are met.
Contract Details
- Type: Combined Synopsis/Solicitation (Request for Quote - RFQ) for commercial items, Firm-Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333922 (Miscellaneous Materials Handling Equipment).
- Place of Performance: Fort Riley, KS 66442.
Submission & Evaluation
- Submission Deadline: Wednesday, February 11, 2026, at 1:00 P.M. CST.
- Submission Method: Email.
- Quote Format: Two volumes – Volume 1 for price, Volume 2 for technical approach and past performance.
- Evaluation Factors: Price, Past Performance, and Technical Approach. Award will be made to the offeror providing the best value to the Government.
- Required Information: RFQ number, name, address, Unique Entity ID, CAGE code, telephone number, warranty terms, and discount terms. Representations and Certifications must be current.
Additional Notes
This is a brand name or equal solicitation. A site visit was conducted, and answers to vendor questions have been provided in amendments.