Closed Solicitation · DEPT OF DEFENSE

    XFS GLOBAL LARGE AREA MAINTENANCE SHELTER (LAMS) MAINTENANCE

    Sol. W911RX-26-Q-1BE7Sources SoughtFORT RILEY, KS
    Closed
    STATUS
    Closed
    closed Apr 9, 2026
    POSTED
    Mar 31, 2026
    Publication date
    NAICS CODE
    811310
    Primary industry classification
    PSC CODE
    J054
    Product & service classification

    AI Summary

    The U.S. Government is seeking vendors for the maintenance and repair of the XFS Global Large Area Maintenance Shelter at Fort Riley. This Sources Sought Notice aims to identify potential contractors capable of fulfilling the requirements. Interested businesses are encouraged to respond with their capabilities and relevant experience, as this may lead to a competitive procurement process.

    Contract details

    Solicitation No.
    W911RX-26-Q-1BE7
    Notice Type
    Sources Sought
    Posted Date
    March 31, 2026
    Response Deadline
    April 9, 2026
    NAICS Code
    811310AI guide
    PSC / Class Code
    J054
    Issuing Office
    W6QM MICC-FT RILEY
    Primary Contact
    Richard Brown
    State
    KS
    ZIP Code
    66442-0248
    AI Product/Service
    service

    Description

    THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for XFS Global Large Area Maintenance Shelter (LAMS) 75’ x 122’ = 8,500 sq.ft. repair, and is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

    The proposed Firm Fixed Price contract aims to provide XFS Global LAMS components along with the capability to successfully install all components and perform necessary repairs, which are essential for maintaining the functionality of the support equipment at Fort Riley. All components will comply with XFS Global LAMS standards currently utilized at the Fort Riley Training Support Center, in accordance with FAR 13, Simplified Acquisition Procedures. Attached is the draft Performance Work Statement (PWS).

    This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Small Business Size Standard of $12,500,000.00.

    In response to this sources sought, please provide:

    1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Alternate Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

    2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

    3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

    4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

    5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

    6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.

    7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.

    Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Richard Brown, in either Microsoft Word or Portable Document Format (PDF), via email: richard.d.brown144.civ@army.mil.

    All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

    No phone calls will be accepted.

    All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

    Key dates

    1. March 31, 2026Posted Date
    2. April 9, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    XFS GLOBAL LARGE AREA MAINTENANCE SHELTER (LAMS) MAINTENANCE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.