Skip to content
Department of Defense

MCAAP LMR Maintenance

Solicitation: W519TC26QA081
Notice ID: 73704e3f3ee0468884450e5ea1514ec8
TypeSolicitationNAICS 811210PSCJ059Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateOKPostedFeb 09, 2026, 12:00 AM UTCDueFeb 26, 2026, 07:00 PM UTCCloses in 4 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Feb 26, 2026. Industry: NAICS 811210 • PSC J059.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$199,582,999
Sector total $250,450,224 • Share 79.7%
Live
Median
$112,764
P10–P90
$14,068$667,892
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
79.7%
share
Momentum (last 3 vs prior 3 buckets)
+32115%($198,347,769)
Deal sizing
$112,764 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OK
Live POP
Place of performance
McAlester, Oklahoma • 74501 United States
State: OK
Contracting office
Rock Island, IL • 61299-0000 USA

Point of Contact

Name
Adam Burgmeier
Email
adam.c.burgmeier.civ@army.mil
Phone
5206929908
Name
Ryan Buhman
Email
ryan.j.buhman.civ@army.mil
Phone
(309) 782-0248

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RI • W6QK ACC-RI
Contracting Office Address
Rock Island, IL
61299-0000 USA

More in NAICS 811210

Description

Solicitation Narrative:
1. The United States Army Contracting Command - Rock Island (ACC-RI) requests a proposal for 
non-personal services to provide comprehensive on-site maintenance, repair, and technical support 
for the mission-critical L3Harris Land Mobile Radio (LMR) trunked radio system located at MCAAP. 
The contractor shall provide all necessary personnel, supervision, and services to ensure the LMR 
system remains fully operational. Services include, but are not limited to, preventative 
maintenance, software and firmware updates, 24/7/365 emergency technical support, and the repair or 
replacement of system components. This service supports first responders and ensures constant, 
reliable communication for installation security and emergency services. Contractor must be able to 
satisfy all requirements as detailed in the performance work statement (PWS) attached.

2. All Offerors MUST be registered in the System for Award Management (SAM) database in accordance 
with Federal Acquisition Regulations (FAR) 52.204-7 and Defense Federal Acquisition Regulation 
Supplement (DFARS) 252.204-7004. Lack of registration in SAM will make an Offeror ineligible for 
award. The SAM website can be accessed at https://www.sam. gov.

3. The Government will award a single Firm Fixed Price (FFP) type contract from this solicitation 
to the responsive, responsible Offeror with lowest price.


4. The Government reserves the right to reject any or all quotes and make no award if such action 
is in the best interest of the Government.


5. The expected period of performance for this contract is projected as follows:
Base, 22 April 2026 through 21 April 2027
Option 1, 22 April 2027 through 21 April 2028
Option 2, 22 April 2028 April 21 September 2029
Option 3, 22 April 2029 through 21 April 2030
Option 4, 22 April 2030 through 21 April 2031


6. The Government anticipates price competition, therefore, certified cost or pricing data is not 
required to be submitted with the Offerors proposal. However, the Government reserves the right to 
request certified cost or pricing data in the event price competition does not exist. Minimum 
requirement to break out pricing of the quote on a per service year basis to ensure that a fair and 
reasonable price determination can be made. If contractor finds value in breaking down prices of 
specific maintenance and repair services detailed in the PWS as it relates to the total price per 
service year please provide these details.

7. Effective January 20, 2026, visitors to military installations will be required to present a 
REAL ID-compliant drivers license or another acceptable form of identification to access certain 
bases, including the McAlester Army Ammunition Plant. If you do not have a REAL ID, you may use an 
alternate credential, such as a U.S. passport of a Federal PIV card. Please ensure your 
identification meets these requirements to avoid being denied access to the installation.


8. ACC-RI POCs for questions or clarifications of this solicitation: Contract Specialist - Adam 
Burgmeier adam.c.burgmeier.civ@army.mil
Contracting Officer - Ryan Buhman ryan.j.buhman.civ@army.mil
 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.