Fort Rucker Gunnery Range Maintenance
SOL #: W911S0-26-R-A001Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FDO FT EUSTIS
FORT EUSTIS, VA, 23604-5538, United States
Place of Performance
Fort Rucker, AL
NAICS
Facilities Support Services (561210)
PSC
Facilities Operations Support Services (S216)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
Dec 19, 2025
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Feb 9, 2026, 3:00 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 is soliciting proposals for Gunnery Range Operations, Maintenance, and Repair Services at Fort Rucker, Alabama. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity supports the Directorate of Plans, Training, Mobilization, and Security (DPTMS) in maintaining approximately 57,800 acres of range and training complexes. Proposals are due February 9, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide non-personal services including:
- Aviation Gunnery Range (AGR) operations, targetry, and electronic maintenance.
- Maintenance and repair of range and training complexes, including target berms, service roads, drainage, electrical, and data lines.
- Operational support for the Range Operations Center, Lines of Sight (LOS), and roadway maintenance.
- Support for Aviation Vertical Obstruction Identification (AVOID) and Global Positioning System (GPS) software.
- Supply functions and required reporting.
Contract Details
- Contract Type: Firm Fixed Price (FFP) for operations and maintenance, Cost No Fee for Other Direct Costs (ODCs) and Service Contract Reporting (SCR).
- Period of Performance: A 15-day phase-in period (June 1-15, 2026), an 11-month base year (June 16, 2026 - May 31, 2027), and six 12-month option years, extending through May 31, 2033.
- Estimated Value: The pricing workbook indicates a total estimated value of $2,769,425 across the base and option years.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 561210 (Facilities Operations Support Services) with a $47 million size standard.
- Place of Performance: Fort Rucker, Alabama.
Submission & Evaluation
- Proposal Due Date: February 9, 2026, at 10:00 AM EST.
- Questions Due Date: January 9, 2026, by 10:00 AM EDT.
- Submission Method: Electronic via email.
- Evaluation: Subjective Best Value Tradeoff, considering Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are significantly more important than Price.
- Proposal Structure: Four volumes required: General, Technical Capability, Past Performance, and Price Proposal.
Key Documents & Notes
- This is a re-compete of contract W9124G-21-C-0004.
- Offerors must use the updated Performance Work Statement (PWS), Pricing Workbook, and Past Performance Questionnaire (PPQ) provided in Amendment 2.
- CPARs from the last five years are acceptable in lieu of PPQs.
- ODC pricing is now a Government Not to Exceed amount, and offerors are not required to provide pricing for this CLIN.
- A Wage Determination (WD 2015-4631 Rev. 31) is included, which is critical for labor cost estimation.
- No CMMC Level 1 or 2 compliance is required.
People
Points of Contact
Hunter LangdonPRIMARY
David ClarkSECONDARY