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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Construct Perimeter Security Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids from qualified small businesses for the construction of a secondary perimeter security fence at the Tennessee Air National Guard Base in Memphis, TN. The project involves installing a 5,500-foot-long anti-climb fence, complete with multiple gates and crash-rated vehicle swing gates, to enhance base security. This construction effort is critical for maintaining the safety and integrity of military operations, with a contract value estimated between $1 million and $5 million. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on August 28, 2024, with bids due by October 9, 2024. For further inquiries, contact Christopher Rhyne at christopher.rhyne.1@us.af.mil or by phone at 901-291-7109.
    USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation – HAFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to renovate the Plating Shop at Hill Air Force Base (HAFB) in Utah. The project involves extensive renovations to existing facilities, including modernizing plating processes and ensuring compliance with current environmental and safety standards, with a performance period of approximately 1,085 calendar days following the notice to proceed. This renovation is critical for supporting the depot aircraft maintenance mission and will be funded through Sustainment Repair and Maintenance (SRM) funds, with an estimated contract value between $100 million and $250 million. Interested contractors should prepare for a solicitation expected to be released around September 30, 2024, and must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals.
    Simplified Acquisition of Base Engineering Requirements (SABER)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) contract, aimed at facilitating minor construction projects at the Air Force Research Laboratory in Rome, New York. This contract will cover a range of construction and maintenance tasks, with individual task orders valued between $3,000 and $750,000, and an estimated total ceiling of $9,500,000 over a five-year period. The procurement is a 100% Small Business Set-Aside, emphasizing the importance of contractor experience and compliance with safety and performance standards. Interested vendors should contact Larry Barto at Larry.Barto.1@us.af.mil, and the Request for Proposal (RFP) is expected to be posted on or about October 16, 2024, with proposals due approximately 30 days later.
    SWEEPS for Watervliet Arsenal
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting bids for the procurement of 288 intermediate vee cut sweeps for the Watervliet Arsenal in New York. The required items are specified as 155/185 MM drawing 35-SV-2B, with dimensions of 6 x 8, and must be delivered to the designated location under FOB destination terms. This procurement is critical for maintaining operational readiness and efficiency within military logistics. Interested contractors should direct inquiries to Brianne M. Denofio at 518-266-4644 or via email at brianne.m.denofio.civ@army.mil, and must adhere to the submission guidelines outlined in the Request for Quote (RFQ) W911PT25Q0001, ensuring compliance with federal acquisition regulations and timely delivery.
    Fence Repair BPA Fort Drum, NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    Bio-environmental Facility - Westover ARB, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Bio-Environmental Engineering Facility at Westover Air Reserve Base in Massachusetts. This opportunity is specifically aimed at contractors with Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contracts, focusing on Design-Bid-Build services that adhere to stringent safety and environmental standards. The project is crucial for enhancing infrastructure that supports environmental engineering on military installations, with an estimated cost ranging from $5 million to $10 million. Proposals are due by October 21, 2024, and interested contractors should contact Adam Brooks at adam.m.brooks@usace.army.mil for further details.
    Construction Demolition, Renovation and Installation of Paint Booth
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the construction demolition, renovation, and installation of a paint booth at Grissom Air Reserve Base in Indiana. The project involves demolishing an existing paint booth, installing a new one, constructing additional footprint, and repairing Building 453. This procurement is significant as it supports the operational capabilities of the Air Reserve Base, with an estimated contract value ranging from $10 million to $25 million. Interested parties must submit a capabilities statement by 2 PM local time on September 14, 2024, to Cedric Roberts at cedric.roberts@us.af.mil, and should include their organization details and relevant experience.
    183 CES Repair Fire Suppression Building 15
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Army, is seeking a contractor to provide repair services for the fire suppression system in Building 15 at the 183d Wing, Illinois Air National Guard Base in Springfield, Illinois. The existing system is in disrepair and does not meet state and federal code restrictions. The contract duration is 180 days, and the project is set aside 100% for Small Business. The estimated value of the project is between $500,000 and $1,000,000. Interested contractors must be registered in SAM and can access the solicitation and associated information on the Contract Opportunities website. The tentative date for issuing the solicitation is late May 2024, with a pre-bid conference scheduled for early-mid June 2024.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.
    183 CES Seal Masonry P46 and P48
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, is seeking a contractor for masonry services. The services will involve replacing various masonry joints, including control joints, and sealing the masonry walls on Building 46 and Building 48 at the 183d Wing in Springfield, Illinois. The contract duration is 59 days after the notice to proceed. This project is set aside 100% for small businesses. The NAICS code for this procurement is 238140, with a size standard of $19,000,000. The estimated magnitude of the project is between $100,000,000 and $250,000,000. Interested contractors are encouraged to attend a pre-bid conference and site visit, with dates to be specified in the solicitation. The bid opening date is tentatively scheduled for mid-late June. Interested offerors must be registered in SAM.gov to access the solicitation and associated information. The place of performance is the 183d Wing, Illinois Air National Guard Base in Springfield, IL.