Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2026 SAM #8843
MODIFICATION

W -- Heavy Construction Equipment Rental Services for Machine Gun Range

Notice Date
2/9/2026 7:46:05 AM
 
Notice Type
Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
W6QM MICC-FT SILL FORT SILL OK 73503-0501 USA
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-26-Q-A005
 
Response Due
2/24/2026 10:00:00 AM
 
Archive Date
02/24/2026
 
Point of Contact
Jesslyan Ortiz Albino, Phone: 5804423225, Brandi O'Daniel, Phone: 5209441791
 
E-Mail Address
jesslyan.m.ortizalbino.civ@army.mil, brandi.l.odaniel.civ@army.mil
(jesslyan.m.ortizalbino.civ@army.mil, brandi.l.odaniel.civ@army.mil)
 
Small Business Set-Aside
HZC HUBZone Set Aside
 
Description
The Mission and Installation Contracting Command (MICC) Fort Sill, has a requirement from the U.S. Army Garrison for a Firm Fixed Price (FFP) contract. Non-Personal Services � Lease or Rental od Equipment Services Heavy Construction Equipment Rental Services for Machine Gun Range at Fort Sill, Oklahoma for the Fires Center of Excellence and US Army Garrison. The Fires Center of Excellence and US Army Garrison has a requirement for the rental of heavy equipment to support the construction of the Multi-Purpose Machine Gun (MPMG) range at Fort Sill, Oklahoma, by III Corps Engineers and Range Operations Support personnel. This project will convert a current range, Fire and Movement Range (FMR) 2, to a six lane MPMG located in the East Range section of Fort Sill, Oklahoma. The Contractor shall provide all necessary personnel, tools, supplies, and equipment necessary to perform all construction described and in accordance with the Performance Work Statement (PWS) at Fort Sill, Oklahoma. The Period of Performance (POP) shall consist of a leasing/ rental period of May 18, 2026 � July 17, 2026 (Two months). The contractor shall ensure all work accomplished as fulfillment of this PWS meets all applicable Federal, State, and local laws, regulations, directives, instructions, manuals, and other requirements (LOR) (See Definitions & Acronyms, 2.2 Acronyms --- Legal and Other Requirements) to include, but not limited to the documents in Part 6 Applicable Publications. The Standard North American Industry Classification System (NAICS) is 532412 and the small business size standard is $40 million. The Government will issue a competitive set-aside for HUBZone small businesses Request for Quote (RFQ). Contract award will be made considering price only. A Firm Fixed Price (FFP) contract is anticipated. Services shall be procured pursuant to the regulatory direction of FAR Part 13, Simplified Acquisition Procedures with precedence of Far Part 12, Acquisition of Commercial Items. Expected award shall consist of a leasing/ rental period of May 18, 2026 � July 17, 2026 (Two months). The RFQ estimated date of issue is on or about 9 February 2026. All responsible sources may submit a response which, if timely received, will be considered. All offerors are responsible for a thorough review of the complete solicitation package, inclusive of all attachments. A compliant submission requires the completion and return of the Bid Schedule and the Price List, which is provided as Attachment 2. In addition, please review and sign Amendments and include acknowledged amendments with Quote Submission. Clarifications and/or questions are due February 13, 2026 at 12:00pm CST. Full submission packet is due by February 24, 2026, at 12:00pm CST. Pursuant to FAR 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract. Contractors may obtain further information on SAM registration at the following website: https://sam.gov/. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any bid preparation costs. The entire solicitation package will be made available on www.sam.gov website. Request for copies of the solicitation package by any other means will not be honored. Potential offerors are responsible for monitoring the sam.gov website for release of the solicitation package or subsequent solicitation amendments. Any questions may be directed to Jesslyan Ortiz Albino (Contracting Officer) at brandi.l.odaniel.civ@army.mil and Jesslyan Ortiz Albino (Contract Specialist) at jesslyan.m.ortizalbino.civ@army.mil .
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d46cb4573c964966b06aa65e976c8a8e/view)
 
Place of Performance
Address: OK 73505, USA
Zip Code: 73505
Country: USA
 
Record
SN07709429-F 20260211/260209230037 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.