Fort Rucker Gunnery Range Maintenance
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, through MICC-FDO Fort Eustis, is soliciting proposals for Gunnery Range Operations and Maintenance services at Fort Rucker, Alabama. This is a performance-based acquisition for the Directorate of Plans, Training, Mobilization, and Security (DPTMS). The opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 9, 2026, at 10:00 AM EST.
Scope of Work
The contractor shall provide all personnel, equipment, supplies, and services necessary for range operations, maintenance, and repairs of the Fort Rucker Aviation Center of Excellence Gunnery Range and Training Complex, covering approximately 59,800 acres. Key services include:
- Aviation and Range Targetry: Fabrication, maintenance, and operation of target systems.
- Electronic Maintenance: Preventive maintenance and repair of range materials and target devices.
- Range Computer Systems: Operation of moving and stationary targets.
- Training Area Maintenance: Inspection, maintenance, and repair of target berms, service roads, drainage, vegetation control, and electrical/data lines.
- Operational Support: Range maintenance, administrative, and operational functions, including Range Operations Center support.
- Specialized Support: Lines of Sight (LOS) and Roadway Maintenance, Aviation Vertical Obstruction Identification (AVOID) Support, and Global Positioning System (GPS) Software Support.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) with cost-no-fee for Other Direct Costs (ODCs).
- Period of Performance: A 15-day phase-in period, an 11-month 15-day base period, and six 12-month option years, totaling up to 66 months.
- Estimated Total Value: The pricing workbook indicates an estimated total of $2,769,425 for the base and option years.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 561210, with a size standard of $47,000,000.00.
- Place of Performance: Government-owned facilities at Fort Rucker, Alabama.
- Collective Bargaining Agreement (CBA): An existing CBA with the International Association of Machinists and Aerospace Workers (IAMAW) is incorporated, expiring December 15, 2026.
Submission & Evaluation
- Proposal Due Date: February 9, 2026, at 10:00 AM EST.
- Questions Due Date: January 9, 2026, at 10:00 AM EDT.
- Submission Method: Electronically via email.
- Evaluation Process: Subjective Best Value Tradeoff.
- Evaluation Factors: Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are significantly more important than Price. Past performance references up to 5 years will be considered.
Contact Information
- Primary: Hunter Langdon (hunter.m.langdon.civ@army.mil)
- Secondary: David Clark (david.m.clark210.civ@army.mil)