SOLICITATION NOTICE
W -- Material Handling Equipment (MHE)
- Notice Date
- 2/26/2026 11:47:56 AM
- Notice Type
- Presolicitation
- NAICS
- 484110
— General Freight Trucking, Local
- Contracting Office
- W6QM MICC-FT RILEY FORT RILEY KS 66442-0248 USA
- ZIP Code
- 66442-0248
- Solicitation Number
- W911RX25RA003
- Response Due
- 3/13/2026 9:00:00 AM
- Archive Date
- 03/28/2026
- Point of Contact
- Shannon S Campbell, Phone: 5209440970, Christopher Richie, Phone: 5209440622
- E-Mail Address
-
shannon.s.campbell.civ@army.mil, christopher.a.richie.civ@army.mil
(shannon.s.campbell.civ@army.mil, christopher.a.richie.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This Notice is a Synopsis of a proposed contract action and satisfies the requirement prescribed in FAR 5.201. Mission and Installation Contracting Command Fort Riley, Kansas (MICC-Riley) is procuring Material Handling Equipment (MHE) Rental and Leasing Services on behalf of Fort Hood, Texas. All services will occur on and around Fort Hood, Texas. A continuing need is anticipated for MHE services. The acquisition will be procure utilizing FAR Part 12, Acquisition of Commercial Products and Commercial Services; FAR Part 15, Contracting by Negotiation; FAR Subpart 16.5, Indefinite Delivery Contracts and FAR Subpart 19.5, Total Small Business Set-Asides, Partial Set-Asides, and Reserves. The requirement will be 100% set-aside for Small Business and result in Multiple Award Task Order Contracts (MATOC). Multiple awardees are anticipated. The period of performance shall be for a one-year base period and four (4) 12-month option periods beginning early 3rd Quarter Fiscal Year 2026. Service Contract Act Wage Determination for Bell County, TX will be in effect. The Government anticipates utilizing the Lowest-Price Technically Acceptable (LPTA) Source Selection method in accordance with FAR 15.101-2. The Government will not exercise any supervision or control over the contract service providers. The contractor shall provide operators and MHE capable of loading containerized and non-containerized equipment ranging in weight from less than 10,000 lbs. to no more than 300 Tons. Shipping containers will range from Quad-cons to twenty-foot shipping containers, not to exceed 58,000 pounds in weight. Non-containerized equipment will be armored military vehicles. As a Service Contract(s), a Contracting Officer�s Representative (COR) will be appointed for each MATOC. The contractor shall provide the capability to simultaneously upload and download containerized equipment onto government operated vehicles and/or government contracted modes of transportation at multiple locations on and around Fort Hood, Texas. Specific locations will be determined at the Task Order-level, but include unit motor pools, a deployment readiness facility, and a rail operations center. Contractor may select MHE from their fleet as required to meet the specified requirement. The Government recommends 15,000 (15K) pound forklifts, 30,000 (30K) pound forklifts, 36,000 (36K) pound forklifts or higher, Removable Gooseneck (RGN) Truck and Trailer Heavy (150K lbs.), RGN Truck and Trailer Light (60Klbs), flatbed truck, a 115-ton and 300-ton crane to support the III Armored Corps and Fort Hood, TX. The draft Performance Work Statement (PWS) is attached for reference. The Government intends to issue a draft Request for Proposals in the month of March 2026. Upon feedback from industry, the Government will issue the actual Request for Proposals not earlier than March 20, 2026.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/34f50ed2a1d342cda1f0f3ad35c27050/view)
- Place of Performance
- Address: Fort Hood, TX 76544, USA
- Zip Code: 76544
- Country: USA
- Zip Code: 76544
- Record
- SN07728149-F 20260228/260226230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |