Skip to content
Department of Defense

XFS Global Large Area Maintenance Shelter (LAMS) Maintenance

Solicitation: W911RX-26-Q-1BE7
Notice ID: 869ed5abaeb94eed834b0bc88ed8e919
TypeSources SoughtNAICS 811310PSCJ054DepartmentDepartment of DefenseAgencyDept Of The ArmyStateKSPostedMar 31, 2026, 12:00 AM UTCDueApr 09, 2026, 03:00 PM UTCCloses in 1 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: KS. Response deadline: Apr 09, 2026. Industry: NAICS 811310 • PSC J054.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W911RX-26-Q-1BE7. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$130,242,847
Sector total $372,367,362 • Share 35.0%
Live
Median
$19,405
P10–P90
$5,270$83,847
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
35.0%
share
Momentum (last 3 vs prior 3 buckets)
+152%($56,291,743)
Deal sizing
$19,405 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 KS
Live POP
Place of performance
Fort Riley, Kansas • 66442 United States
State: KS
Contracting office
Fort Riley, KS • 66442-0248 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
KS20260114 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Kansas • Rice
Rate
POWER EQUIPMENT OPERATOR (Drill Rig Caissons)
Base $38.83Fringe $20.80
Rate
IRONWORKER, STRUCTURAL
Base $39.00Fringe $34.25
+37 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 37 more rate previews.
Davis-BaconBest fitstate match
KS20260114 (Rev 0)
Open WD
Published Jan 02, 2026Kansas • Rice
Rate
POWER EQUIPMENT OPERATOR (Drill Rig Caissons)
Base $38.83Fringe $20.80
Rate
IRONWORKER, STRUCTURAL
Base $39.00Fringe $34.25
Rate
CARPENTER
Base $14.94Fringe $0.00
+36 more occupation rates in this WD
Davis-Baconstate match
KS20260157 (Rev 0)
Open WD
Published Jan 02, 2026Kansas • Pottawatomie
Rate
ELECTRICIAN
Base $40.64Fringe $18.29
Rate
POWER EQUIPMENT OPERATOR Bobcat/Skid Steer/Skid Loader
Base $36.09Fringe $16.83
Rate
Bulldozer
Base $39.57Fringe $21.69
+12 more occupation rates in this WD
Davis-Baconstate match
KS20260013 (Rev 0)
Open WD
Published Jan 02, 2026Kansas • Kearny
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $29.07Fringe $15.61
Rate
IRONWORKER, REINFORCING
Base $39.00Fringe $34.25
+12 more occupation rates in this WD
Davis-Baconstate match
KS20260152 (Rev 0)
Open WD
Published Jan 02, 2026Kansas • Jackson
Rate
ELECTRICIAN
Base $40.64Fringe $18.29
Rate
POWER EQUIPMENT OPERATOR Bobcat/Skid Steer/Skid Loader
Base $36.09Fringe $16.83
Rate
Bulldozer
Base $36.09Fringe $16.83
+12 more occupation rates in this WD

Point of Contact

Name
Richard Brown
Email
richard.d.brown144.civ@army.mil
Phone
7852403197
Name
Philip Melton
Email
philip.e.melton.civ@army.mil
Phone
(785) 240-3622

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 418TH CSB • W6QM MICC-FT RILEY
Contracting Office Address
Fort Riley, KS
66442-0248 USA

More in NAICS 811310

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.

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.