Repair Small Arms Range Bullet Trap
ID: W50S8N24B0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NYANG 174SYRACUSE, NY, 13211-7099, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF AMMUNITION FACILITIES (Z2EA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Aug 15, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 3, 2024, 12:00 AM UTC
  3. 3
    Due Sep 17, 2024, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the Small Arms Range Bullet Trap at Hancock Field Air National Guard Base in Syracuse, New York. This project, designated as Project #HAAW222015, is a total small business set-aside under NAICS code 236220, with an estimated funding range between $250,000 and $500,000. The repairs are critical for maintaining operational readiness and safety at the range, which has not been cleaned since 2009 and requires compliance with various environmental and safety regulations. Interested bidders must attend a pre-bid conference on August 27, 2024, and submit their bids by September 17, 2024, with the expectation that funds will be available by September 30, 2024. For further inquiries, bidders can contact Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Jul 3, 2024, 11:55 AM UTC
Sep 3, 2024, 4:02 PM UTC
The document presents a Request for Information (RFI) regarding the Small Arms Range located at Building 720, Syracuse, New York. It describes the outdoor range with 20 shooting lanes, features of the bullet trap, and requests for maintenance and operational specifics. Notably, the range does not have a tactical layout, and the bullet trap is metal with rubber additives. The scope of work involves inspection and potential repairs of the bullet trap components, but no ventilation system or filters are in place. Requests for recycling lead bullets and disposing of hazardous waste indicate environmentally conscious operations. The range has not been cleaned since 2009, and the document highlights the need for photography and documentation of various aspects of the range's condition. Overall, the RFI aims to define requirements for maintenance and operational consistency in compliance with contracting solicitations, while emphasizing safety and regulatory considerations in range operations.
Sep 3, 2024, 4:02 PM UTC
The document contains fragmented content that appears to reference concerns regarding women's safety in relation to weapons. The phrase "WE ARE AT TIMES DANGER" suggests potential threats faced by women, potentially in the context of violence or weapons misuse. However, the incoherence of the text limits clarity on specific topics, strategies, or initiatives being discussed. The purpose of the file seems to hint at a broader discussion about protecting women's rights and safety, possibly linked to federal or state initiatives seeking to address violence against women, funding opportunities for related programs, or requests for proposals that aim to tackle issues surrounding weapons and safety concerns. Nonetheless, the document lacks detailed information that would outline actionable plans or policies. In summary, while there are indications of a focus on women’s safety in the context of wielding weapons, due to the fragmented nature of the text, the overall insights remain vague and unstructured, putting into question their practical implications or relevance to public safety initiatives.
Sep 3, 2024, 4:02 PM UTC
The document details the Operation and Maintenance Manual for the Reclining GranTrap™ (Model LE7500) produced by Caswell International Corporation. It outlines the specifications, capabilities, and maintenance procedures for this bullet trap system designed for shooting ranges. The document describes its construction, featuring a combination of structural steel and recycled materials to contain and safely capture fired projectiles, while reducing lead dust and ricochet risks. Key aspects include weapon and ammunition compatibility, inspection protocols, and a maintenance schedule tailored to the range's usage intensity. It also explains methods for recycling spent rounds, emphasizing safety during both operation and upkeep. Overall, this manual serves as a critical guide to ensure the performance and safety of the Reclining GranTrap in various shooting environment contexts, aligning with federal oversight on public safety equipment.
Sep 3, 2024, 4:02 PM UTC
The Statement of Work outlines the necessary repairs and cleaning of the Small Arms Range Bullet Trap at Hancock Field Air National Guard Base in Syracuse, New York. It details a comprehensive scope of work that includes replacing defective rubber granules, disposing of lead and other residues, and encapsulating lead-contaminated concrete. The contractor must provide all resources needed to complete the project in compliance with relevant state and federal regulations and DoD standards. The project is scheduled to be completed within 15 days of starting, while the overall contract period spans 120 days. Submission of materials for approval is required within 30 days of the notice to proceed, and the contractor must adhere to strict security and environmental protocols. Disposal of debris must occur at permitted landfills, and the contractor is responsible for ensuring safe working conditions for personnel along with adequate waste management. Security measures include background checks and AT Level I awareness training for contractor employees. Overall, this initiative is critical to maintaining a safe and operational small arms range, emphasizing compliance with industry regulations and environmental standards throughout the execution of the work.
Sep 3, 2024, 4:02 PM UTC
The document outlines a Request for Proposal (RFP) for a construction contract, designated as Project #HAAW222015, focused on the repair of a Small Arms Range Bullet Trap in Syracuse, NY. This project is a 100% small business set-aside under the North American Industry Classification System (NAICS) code 236220, with a funding range between $250,000 and $500,000. Interested bidders are encouraged to attend a pre-bid conference scheduled for August 27, 2024, to discuss requirements and view the site. Bids must be submitted by September 17, 2024. The winning bid will be awarded based solely on price-related factors, contingent upon the availability of funds, which are expected to be allocated by September 30, 2024. The document specifies that performance must begin within 30 calendar days of award and emphasizes the need for compliance with various regulations, including wage determinations and affirmative action requirements. Offerors must provide several documents during the bidding process, including price schedules, performance guarantees, and certifications. Overall, this RFP reflects the government's commitment to supporting small businesses and adhering to procurement standards while ensuring military operational readiness through facility maintenance.
Sep 3, 2024, 4:02 PM UTC
The document primarily revolves around government RFPs (Requests for Proposals) and federal grants, focusing on compliance with regulatory standards and effective project planning. It emphasizes the importance of meticulous assessments and architectural guidance to ensure that projects adhere to safety and operational protocols. Key points include the significance of evaluating existing conditions before undertaking any construction, especially in sensitive environments. There is a noted necessity for health and environmental mitigation during renovations, specifically concerning hazardous materials, which must be handled under strict guidelines to avoid risks to workers and the public. The document outlines a systematic approach to project execution, stressing coordination among various trades and the integration of safety measures. It demonstrates a commitment to modernize facilities while ensuring regulatory compliance and prioritizing the safety of all stakeholders involved. Overall, the text serves as a comprehensive guide for organizations involved in government projects, illustrating the procedural steps necessary to navigate the complexities of federal and local contracting and environmental standards.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
Repair Building 110, Big Gun Shop Design-Build Watervliet Arsenal NY
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the design-build repair of Building 110, Big Gun Shop at Watervliet Arsenal, New York. This project encompasses Phase I repairs, including substructure work, exterior and interior renovations, and upgrades to various systems such as compressed air, domestic water, and fire suppression. The facility, a significant industrial and manufacturing site, requires these repairs to maintain operational efficiency and safety standards. The contract, set aside for small businesses, has an estimated value between $25 million and $100 million, with proposals evaluated based on best value trade-off criteria. Interested parties should contact Mohenda R. Surage at mohandra.r.surage@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil for further details.
BCE COMPLEX
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the Base Civil Engineering Complex at the 106th Rescue Wing in Westhampton Beach, New York. This project, identified as WKVB159088, is a total small business set-aside, with a contract value estimated between $10 million and $25 million, and is governed by the NAICS code 236220 for Commercial and Institutional Building Construction. Interested bidders are required to attend a pre-bid site visit and must submit a bid bond with their proposals; the contract will be awarded to the responsible bidder whose offer is most advantageous to the government, considering price and related factors. For further inquiries, potential bidders can contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Melissa Santoro at melissa.santoro2.civ@army.mil, noting that contract award will only occur once appropriated funds become available.
Firing Range Cleaning
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide cleaning services for the Small Arms Firing Range at the 911th Airlift Wing in Clinton, Pennsylvania. The procurement involves labor, supervision, equipment, and materials necessary to clean and dispose of hazardous waste, including heavy metal particulates and munitions debris, in compliance with federal, state, and local regulations. This contract is crucial for maintaining a safe operational environment for Air Force personnel while adhering to environmental stewardship practices. Interested parties must submit their quotes by March 25, 2025, and direct any inquiries to Crystal Spurlin at crystal.spurlin@us.af.mil or Paul Davisson at paul.davisson@us.af.mil.
Construct Automated Record Fire (ARF+) Range
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is soliciting bids for the construction of an Automated Record Fire (ARF+) Range at Fort Bragg, North Carolina. This project involves the establishment of a comprehensive training facility that includes a 16-lane ARF Plus range, control areas, classrooms, and various support buildings, all designed to enhance the training and qualification of soldiers using advanced weaponry. The construction is critical for meeting the training requirements of the Next Generation Squad Weapon (NGSW) and is fully designed with all technical specifications provided in the solicitation. Interested contractors should note that bids are due by April 21, 2025, with a site visit scheduled for April 3, 2025, and can contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or David Lione at david.j.lione@usace.army.mil for further information. The estimated contract value is between $10 million and $25 million, with a performance period of up to 900 calendar days if options are exercised.
Upgrade Firing Berm at Victor & Echo Ranges - Fort Devens, MA
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is seeking sources for construction services to upgrade the firing berms at the Victor and Echo Ranges located at Fort Devens, Massachusetts. The project aims to enhance safety by addressing erosion issues around existing firing pits, which includes constructing a 7-foot-wide berm level with existing concrete platforms and installing composite posts for safety barricades. This initiative is crucial for maintaining operational safety and training readiness for military personnel. Interested parties, particularly those classified as Historically Underutilized Business (HUBZone) small businesses, must submit their capabilities and relevant information to the primary contact, Mitchell E. Douglas, via email by 12:00 p.m. Eastern Standard Time on April 3, 2025.
Plating Shop Renovation, HAFB, UT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of the Plating Shop at Hill Air Force Base (HAFB) in Utah. This project involves a phased approach to demolish existing plating processes and construct new facilities, with an estimated budget ranging from $100 million to $250 million. The renovation is critical for enhancing operational capabilities and ensuring compliance with modern standards in industrial building construction. Interested contractors are encouraged to attend a pre-proposal conference and site visit scheduled for March 6, 2025, from 0900 to 1200, at the Hill AFB USACE Resident Office. For participation, attendees must submit their information by February 25, 2025, to Lee Roach at lee.t.roach@usace.army.mil. Proposals will be evaluated based on technical merit and past performance, with a focus on small business participation.
LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges, JEB Little Creek - Fort Story Base, Little Creek Site
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the de-lead and repair of berms on outdoor ranges at the Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. This project, identified as Solicitation N4008525R2605, involves the removal of lead and debris from impact berms, with an estimated completion period of 180 days and a project cost ranging from $500,000 to $1,000,000. The work is critical for maintaining operational safety and environmental compliance at military training facilities. Interested contractors must submit their proposals by April 4, 2025, through the Procurement Integrated Enterprise Environment (PIEE), and are encouraged to attend a pre-proposal site visit on February 26, 2025. For further inquiries, contact Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or Katherine Dinneen at katherine.dinneen@navy.mil.
Update Building Controlss in Penn Yan, NY
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals from qualified small businesses to update building controls in Penn Yan, NY. The procurement involves a firm fixed price purchase order, with detailed requirements outlined in the attached Statement of Work (SOW) and solicitation documents. This project is critical for maintaining the operational efficiency and safety of the facilities, emphasizing the importance of modernized building control systems. Interested parties should note that the solicitation is 100% set aside for small businesses, with a response deadline specified in the notice, and an estimated contract start date of April 1, 2025. For further inquiries, potential offerors can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
Market Research Camp Buckner Revitalization Phase 4
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking small business firms capable of participating in the Market Research Camp Buckner Revitalization Phase 4 project at the United States Military Academy in West Point, New York. The project aims to repair and modernize selected facilities at Camp Buckner, addressing structural integrity and safety concerns while introducing new systems such as HVAC, fire suppression, and broadband internet. This revitalization is crucial for maintaining the operational readiness and safety of military training facilities. Interested firms must respond by providing their qualifications, including past project experience and bonding capabilities, by contacting Denisse M. Soto at denisse.m.soto@usace.army.mil. The contract, valued between $5 million and $10 million, is expected to be advertised in May 2025, with an award anticipated in July 2025.
Modernize BLDG 128
Buyer not available
The Department of Defense, through the Department of the Army, is seeking qualified small business contractors for the modernization of Building 128 at the Springfield-Beckley Air National Guard Base in Ohio. This project involves upgrading the Secure Compartmentalized Information Facility (SCIF) and associated spaces, with an estimated contract value between $1,000,000 and $5,000,000, contingent upon available funding. Interested parties are required to submit a statement of intent to bid as prime contractors by April 17, 2025, along with a completed Source Sought Information Request Form and documentation of relevant past projects. For further inquiries, interested firms can contact Seth Taylor at seth.taylor.8@us.af.mil or Bradley A. Wahl at bradley.a.wahl.civ@army.mil.