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, MICC-FDO FT EUSTIS, is soliciting proposals for Gunnery Range Maintenance at Fort Rucker, Alabama. This Solicitation (RFP) seeks non-personal services for the operations, maintenance, and repair of approximately 57,800 acres of range and training complexes. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due February 09, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide comprehensive gunnery range support services for the Directorate of Plans, Training, Mobilization, and Security (DPTMS). This performance-based acquisition includes:
- Operations, maintenance, and repair of range and training complexes.
- Support for Program of Instruction (POI) School House Courses, Tenant Units, National Guard, Army Reserves, and other military services.
- Specific tasks involve aviation gunnery targetry, electronic maintenance, range computer systems operation, vegetation control, operational support, reporting, and supply functions.
- Compliance with the DPTMS Range Branch SOP and the RFMSS Fire Desk Handbook is required.
Contract Details
- Contract Type: Firm Fixed Price (FFP) for operations and maintenance, with Cost No Fee for Other Direct Costs (ODCs) and Service Contract Reporting.
- Period of Performance: A 15-day phase-in period, an 11-month base year, and six 12-month option years, totaling 66 months.
- Estimated Value: The pricing workbook indicates a total estimated value of $2,769,425 for the base and option years.
- NAICS Code: 561210 (Facilities Operations Support Services) with a $47,000,000.00 size standard.
- CBA: An existing Collective Bargaining Agreement (CBA) with the International Association of Machinists and Aerospace Workers (IAMAW) is in effect until December 15, 2026, which bidders must consider for labor costs.
Submission & Evaluation
- Proposal Due Date: February 09, 2026, at 10:00 AM EST.
- Questions Due Date: January 09, 2026, by 10:00 AM EDT.
- Submission Method: Electronic via email.
- Evaluation Process: Subjective Best Value Tradeoff, considering Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are significantly more important than Price.
Key Documents & Contacts
- Attachments: The solicitation includes an updated Performance Work Statement (PWS), Pricing Workbook, Past Performance Questionnaire, Vendor Q&A, DPTMS Range Branch SOP, RFMSS Fire Desk Handbook, and a Wage Determination.
- Primary Contact: Hunter Langdon (hunter.m.langdon.civ@army.mil)
- Secondary Contact: David Clark (david.m.clark210.civ@army.mil)