Range Trailer Services
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 Mission and Installation Contracting Command (MICC) – Fort Belvoir, Virginia, on behalf of the Department of the Army, has issued a Sources Sought Notice for Range Trailer Services. This market research aims to identify qualified 8(a) businesses capable of providing refurbishment, repair, system upgrades, and HAZMAT removal for an Inveris Road Range Trailer at Fort Myer, VA. This is for planning purposes only and does not constitute a solicitation.
Scope of Work
The requirement is for non-personal services to maintain an Inveris (formerly MEGGITT) Road Range Trailer (VIN # IDWIA53235S787429). Key services include:
- Refurbishment, repair, and installation of system upgrades.
- HAZMAT removal, including a one-time lead abatement service in the final contract year.
- Bullet trap inspection and potential repair.
- Services are anticipated to be performed twice a year.
- The place of performance is Fort Myer, VA 22211 (Joint Base Myer-Henderson Hall Police Department, building 415).
Contract & Timeline
- Opportunity Type: Sources Sought Notice (RFI)
- Set-Aside: Currently seeking responses from 8(a) businesses. If a solicitation is issued, it is anticipated to be set-aside for Small Businesses.
- NAICS Code: 811198, All Other Automotive Repair and Maintenance, with a $10.0M size standard.
- Anticipated Contract Type (if awarded): Firm-Fixed Price.
- Anticipated Period of Performance: A base year (Sep 30, 2026 - Mar 29, 2027) and four option years, plus a six-month extension.
- Response Due: May 11, 2026, at 4:30 p.m. Eastern Standard Time.
- Published: April 23, 2026.
Submission Requirements
Interested vendors should submit a capability statement (maximum five pages) via email to David J. Wigtil (david.j.wigtil.civ@army.mil) with a courtesy copy to Emmanuel C. Abban (emmanuel.c.abban.civ@army.mil). Submissions should include:
- Firm name, point of contact, phone, email, UEI, CAGE code, and small business status (including 8(a) certifications).
- Indication of interest as a prime contractor, and any potential subcontracting, joint ventures, or teaming arrangements.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, government or commercial). Vendors may also include Rough Order of Magnitudes (ROM) or quotes.
Special Requirements (if awarded)
Contractor personnel will require a confidential public trust clearance at the time of proposal submission and must maintain it. Other requirements include an NCIC-III check for base access, a Quality Control Plan (QCP) and Work Plan within 10 days of award, and adherence to safety and environmental compliance.