Museum Staffing Fort Riley KS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, MICC-FT Riley, is soliciting proposals for Museum Staffing Services at Fort Riley, Kansas. This opportunity is a Women-Owned Small Business (WOSB) Set-Aside for a Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The primary requirement is to provide customer service representatives and tour guides for the U.S. Cavalry Museum and the 1st Infantry Division Museum. Proposals are due April 27, 2026, at 10:00 AM Local Time.
Purpose & Scope
The objective is to ensure the continued safe and effective operation of the U.S. Cavalry Museum (Building 205) and the 1st Infantry Division Museum (Building 207) on Fort Riley. The contractor shall furnish all personnel, equipment, supplies, transportation, and supervision to perform duties as customer service representatives (receptionists) and tour guides. This includes providing general information, visitor support, oversight of exhibit galleries, security tasks (e.g., locking/unlocking rooms, monitoring equipment), and light cleaning/maintenance of restrooms and galleries. A total of two personnel are required for both buildings.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ).
- Period of Performance: A base period of one year (May 15, 2026 - May 14, 2027) with four subsequent one-year option periods, extending the potential contract duration through May 14, 2031.
- Set-Aside: This acquisition is set aside for Women-Owned Small Business (WOSB).
- NAICS Code: 712110 (Museums), with a size standard of $34,000,000.
- Place of Performance: U.S. Cavalry Museum (Building 205) and 1st Infantry Division Museum (Building 207) on Fort Riley, Kansas. Museum hours are Thursday - Friday, 10:00 a.m. - 4:00 p.m.
Key Requirements
The contractor must provide two customer service representatives/tour guides. Services are required for 104 days per building, 6 hours per day per building. Key responsibilities include answering inquiries, assisting patrons, conducting gallery walkthroughs, and reporting environmental, safety, or security problems. The contractor is also responsible for developing and maintaining an effective Quality Control System (QCS) with daily reports. All employees must complete AT Level I Training within 30 days of contract start, undergo background checks, and meet installation access requirements. Compliance with the Service Contract Act (SCA) Wage Determination is mandatory.
Submission & Evaluation
- Offer Due Date: April 27, 2026, 10:00 AM Local Time.
- Submission Method: Electronic submission via email. Offers must be submitted on Standard Form 1449.
- Evaluation Factors: Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering technical evaluation, past performance (rated acceptable/unacceptable), SAM.gov registration (NAICS 712110, rated acceptable/unacceptable), and price. Lowest Price will be a key consideration for this FFP IDIQ contract.
- Pricing Guidance: Bidders are required to use the provided template (Attachment 4) for submitting estimated fully burdened labor rates, referencing the SCA Wage Determination (Attachment 5) for minimum wage and fringe benefit requirements.
- Performance Standards: Performance will be measured against a Performance Requirements Summary (PRS) which details specific Acceptable Quality Levels (AQLs). Failure to meet these AQLs may result in payment deductions.
Contact Information
For questions, contact Jennifer Davis at jennifer.l.davis427.civ@army.mil. Offerors are urged to inspect the site where services are to be performed, though no organized site visit will be held. Questions must be submitted in writing 3 days prior to the solicitation closing.