XFS Global Large Area Maintenance Shelter (LAMS) 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 is conducting a Sources Sought to identify qualified vendors for XFS Global Large Area Maintenance Shelter (LAMS) repair and maintenance at Fort Riley, KS. This market research aims to support a competitive procurement for a Firm Fixed Price contract, specifically encouraging small businesses to demonstrate their capabilities. Responses are due April 9, 2026.
Purpose
This is a Sources Sought notice to identify potential sources for a future Firm Fixed Price contract for the repair and maintenance of an 8,500 sq.ft. XFS Global LAMS at Fort Riley, KS. The U.S. Government is seeking to determine the availability of vendors, including small businesses across all socioeconomic categories, to perform this requirement at a fair market price and to inform potential set-aside decisions. This notice is for market research only and does not constitute a solicitation.
Scope of Work
The requirement involves providing non-personal services for the maintenance of the LAMS structure (approx. 75'W x 87'L, 7 Bays) to ensure its structural integrity and operational readiness. Key tasks include:
- Quarterly maintenance in accordance with manufacturer instructions.
- Comprehensive inspections of structural integrity, fabric condition (tears, punctures), worn/damaged parts, entry access points, fabric connections, electrical components, and anchoring.
- Patch repairs for fabric damage.
- Full inspection and Preventative Maintenance (PM) service on two Trane 10-ton ECUs, including an initial "heavy" maintenance package.
- Advising users on shelter operating techniques and providing mission reports with photographs.
- Compliance with XFS Global LAMS standards at Fort Riley Training Support Center.
Contract Details
- Anticipated Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Small Business Size Standard: $12,500,000.00
- Place of Performance: BLDG 77680 Armistead Road, Fort Riley, KS 66442
- Special Requirements: Contractor personnel require local background checks, compliance with DoD security directives (DD Form 254), AT Level I, OPSEC Level I, and iWATCH training. Safety compliance (FAR 52.236-13, EM 385-1-1) and an Accident Prevention Plan are mandatory. Contractors must provide necessary equipment and specific parts.
Response Requirements
Interested parties are requested to provide:
- Information on potential competition restrictions and solutions.
- Firm details (name, POC, DUNS, CAGE, business size, small business certifications).
- Indication of interest as prime contractor, or intent for subcontracting/JV/teaming.
- Detailed previous experience on similar requirements.
- Information on commercial availability, pricing, and terms.
- Recommendations for structuring the contract to facilitate competition.
- Recommendations to improve the Army's approach/specifications/draft PWS.
Submission & Contact
Responses, including capability statements, must be submitted electronically in Microsoft Word or PDF to Richard Brown at richard.d.brown144.civ@army.mil. Response Due: April 9, 2026, at 3:00 PM ET. No phone calls will be accepted; all questions must be submitted via email to the contract specialist.