RIVANNA STATION BASE OPERATION
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 – Fort Belvoir (MICC-FB) is conducting market research via a Sources Sought Notice to identify qualified vendors for Base Operations and Maintenance Services at Rivanna Station, Charlottesville, Virginia. This notice is for informational purposes only and is not a solicitation. The Government anticipates a five-year period of performance for the overall requirement, though a 4-month bridge contract PWS is attached for immediate needs.
Scope of Work
The contractor will provide all labor, supervision, management, materials, tools, and equipment for comprehensive base operations and maintenance. Services, as detailed in the attached draft Performance Work Statements (PWS), include:
- Custodial Services: For the Child Development Center (CDC) and Access Control Point buildings, requiring hospital-grade cleaning standards.
- Solid Waste Management: Including refuse removal.
- Grounds Maintenance: Covering mowing, trimming, turf replacement, debris removal, planting, irrigation, and storm drainage.
- Pavement Clearance: Snow and ice removal from roads, parking areas, sidewalks, and access points, with specific storm classification response times.
- Facilities Maintenance (Vertical & Horizontal): Inspection, repair, and maintenance of buildings, HVAC, electrical, plumbing, natural gas appliances, roads, parking, utilities, and storm water systems. Work management will follow GFEBS procedures for Preventive Maintenance Orders (PMO), Demand Maintenance Orders (DMO), and Project Work Orders (PWO).
- Pest Management: Integrated Pest Management (IPM) services for general pests, disease vectors, wildlife, and vegetation control.
Special Requirements
- Security Clearances: All key personnel, and non-key personnel permanently assigned to the Nicholson Building (a Sensitive Compartmented Information Facility - SCIF), must possess TOP SECRET clearance with eligibility for Sensitive Compartmented Information (SCI) prior to contract award or within 30 days of award, respectively.
- Work Management: Familiarity with GFEBS and Army maintenance instructions (AR 420-1, DA PAM 420-06) is essential.
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- Anticipated NAICS: 561210 Facilities Support Services (Size Standard: $47 million)
- Product Service Code (PSC): M1AZ Operations of Other Administrative Facilities and Services
- Set-Aside: None specified; however, responses are highly encouraged from all small business socio-economic categories (8(a), HUB-Zone, SDVOSB, WOSB, etc.).
- Place of Performance: Rivanna Station, Charlottesville, Virginia.
Response Requirements & Deadline
Interested parties are requested to submit a capability statement of no more than five pages (Arial font, not less than 10 pitch). The statement should include:
- Firm's profile, contact information, EUI, CAGE code, and business size/certifications.
- Detailed information on relevant contracts of similar nature, size, and complexity.
- Opinion on the proposed NAICS code (561210) and suggestions for alternatives.
- Suggestions on how to structure the requirement to facilitate small business competition and identify any restricting conditions.
Responses are due by Thursday, February 19, 2026, at 5:00 p.m. Washington, DC time. Submission: Email responses only to Denese Y Henson at denese.y.henson.civ@army.mil.