MCAAP LMR 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 United States Army Contracting Command - Rock Island (ACC-RI) is soliciting proposals for comprehensive on-site maintenance, repair, and technical support for the L3Harris Land Mobile Radio (LMR) trunked radio system at the McAlester Army Ammunition Plant (MCAAP) in McAlester, OK. This service is critical for ensuring constant, reliable communication for installation security and emergency services. The acquisition is UNRESTRICTED, with a 10% evaluation preference for HUBZone small business concerns. Proposals are due February 26, 2026.
Scope of Work
The contractor shall provide all necessary personnel, supervision, and services to ensure the LMR system remains fully operational. Key requirements include:
- 24/7/365 emergency technical support.
- Preventative maintenance, software and firmware updates, and repair/replacement of system components.
- System Support: Including radios, programming, towers, software, license renewals, voice-data, logging recorders, calibration, and warranty.
- Hardware & Software: Ensuring availability and compliance with Army regulations, including patches, updates, and anti-virus.
- Infrastructure: Installation, configuration, monitoring, troubleshooting, and repair of LMR equipment, network equipment, and software.
- Response Times: Telephonic response within 2 hours and on-site response within 4 hours for system failures.
- Personnel: Qualified and certified technicians with IT Level II Access investigation or equivalent.
- Spare Parts: Maintain sufficient supply for immediate restoration, with emergency stock available within 24 hours.
Contract & Timeline
- Contract Type: Single Firm Fixed Price (FFP).
- Period of Performance:
- Base: April 22, 2026 – April 21, 2027
- Option 1: April 22, 2027 – April 21, 2028
- Option 2: April 22, 2028 – September 21, 2029
- Option 3: April 22, 2029 – April 21, 2030
- Option 4: April 22, 2030 – April 21, 2031
- Total Duration: Up to 5 years, including options.
- Set-Aside: UNRESTRICTED (with 10% HUBZone preference).
- Proposal Due Date: February 26, 2026, at 7:00 PM ET.
- Published Date: February 9, 2026.
Submission & Evaluation
- Award will be made to the responsive, responsible Offeror with the lowest price.
- The Government anticipates price competition; certified cost or pricing data is not initially required but may be requested if competition is insufficient.
- Offerors must break out pricing on a per-service-year basis.
- Mandatory: All Offerors must be registered in the System for Award Management (SAM) database (FAR 52.204-7 and DFARS 252.204-7004).
Key Contacts
- Contract Specialist: Adam Burgmeier (adam.c.burgmeier.civ@army.mil, 520-692-9908)
- Contracting Officer: Ryan Buhman (ryan.j.buhman.civ@army.mil, 309-782-0248)
Additional Notes
- Visitors to military installations will require REAL ID-compliant identification starting January 20, 2026.