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
SOLICITATION NOTICE

J -- MCAAP LMR Maintenance

Notice Date
2/9/2026 4:52:05 AM
 
Notice Type
Solicitation
 
NAICS
811210 —
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC26QA081
 
Response Due
2/26/2026 11:00:00 AM
 
Archive Date
03/13/2026
 
Point of Contact
Adam Burgmeier, Phone: 5206929908, Ryan Buhman, Phone: (309) 782-0248
 
E-Mail Address
adam.c.burgmeier.civ@army.mil, ryan.j.buhman.civ@army.mil
(adam.c.burgmeier.civ@army.mil, ryan.j.buhman.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
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
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/73704e3f3ee0468884450e5ea1514ec8/view)
 
Place of Performance
Address: McAlester, OK 74501, USA
Zip Code: 74501
Country: USA
 
Record
SN07709625-F 20260211/260209230039 (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.