Hardwood Range WISS v5 Tower
ID: N6426726R1025Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the construction and installation of two 80-foot towers at the Hardwood Range in Necedah, Wisconsin. This project aims to enhance the Target Area Surveillance and Safety System (TASSS) for the Weapons Impact Scoring Set (WISS) program, which is critical for improving surveillance, safety, and scoring accuracy during operations. The contract, estimated to be valued between $100,000 and $250,000, requires adherence to various industry standards and federal regulations, with a performance timeline of 120 calendar days following the notice to proceed. Interested small businesses must submit their proposals electronically by the specified deadline to Julian Garibay at julian.p.garibay.civ@us.navy.mil, ensuring they are registered in SAM and comply with all outlined requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the Contract Data Requirements List (CDRL) for the Hardwood Tower project, detailing four key data items. Item A001 requires Engineering Drawings for Tower Design and Calculations, due 60 days after contract award. Item A002 specifies a Technical Report—Study/Services for a Geotechnical Report, due 30 days after contract award. Item A003 mandates a Quality Assurance Program Plan, specifically a Test and Inspection Report, due no later than 5 days after work completion. Finally, Item A004 requires As-Built Engineering Drawings, due 30 days after work completion. All submissions must be electronic and adhere to Distribution Statement D, restricting access to Department of Defense and US DoD Contractors only. The NSWC Corona Division is the requiring office for all data items, and specific NSWC Corona and Hardwood Range personnel are designated as electronic submission addressees.
    The document, an attachment to a government file likely related to RFPs or grants, specifies the locations for two approximate tower sites. Each site's location is defined by its latitude and longitude coordinates. The attachment also notes that a gravel road will be present to both Site 1 and Site 2 at the time of construction, indicating planned infrastructure development to facilitate access to these tower locations. This information is crucial for project planning, logistics, and site preparation within the scope of a federal or state/local government project.
    The document provides a detailed inventory of proposed equipment for Hardwood Towers A and B, likely for a telecommunications or surveillance project, given the context of government RFPs. It lists various components such as Pelco PoE Cameras, Beacon Lights, Microwave Antennas, and 900 MHz Omni-Directional Antennas. Each item is specified with its elevation, type, dimensions (width, height, radome depth), transmission line diameter, supporting leg, stand-off details (type and length), tie-back leg, and weight. Notably, several Valuline VHLP4-7W-4WH/E Dish Antennas are listed at different elevations and stand-off configurations. The consistent repetition of identical equipment specifications suggests a standardized deployment across multiple points or redundant entries for clarity. The file's structure indicates a technical specification or bill of materials, crucial for procurement, installation, and project planning in a government-funded infrastructure upgrade.
    The document outlines the General Decision Number WI20250011 for prevailing wage rates in various counties of Wisconsin for building construction projects, excluding residential constructions. It specifies minimum wage requirements based on recent Executive Orders, rates for multiple classifications of labor, and provides guidelines regarding contractor responsibilities under the Davis-Bacon Act, including appeals processes for wage determination disputes. Also included are specific wage rates for trades such as electricians, plumbers, and operators, along with details on the geographical coverage of the rates.
    The document outlines General Decision Number WI20250015 for heavy construction projects in Wisconsin, effective September 19, 2025, detailing minimum wage requirements based on Executive Orders 14026 and 13658, which apply to contracts governed by the Davis-Bacon Act. It specifies wage rates for various classifications of workers across multiple counties in Wisconsin, including provisions for annual adjustments and additional protections for employees under related Executive Orders. Also included are guidelines for appeals related to wage determinations and classifications used in construction contracting.
    The provided document outlines the
    The Naval Surface Warfare Center Corona Division is soliciting bids for the procurement and installation of two 80-foot towers at the Necedah, Wisconsin Hardwood Range. These towers will support the Target Area Surveillance and Safety System (TASSS) for the Weapons Impact Scoring Set (WISS) program, enhancing surveillance, safety, and scoring accuracy. The scope includes tower design, fabrication, foundation construction, erection, grounding, lightning protection, testing, commissioning, documentation, and site cleanup. The project, estimated between $100,000 and $250,000, requires adherence to various industry standards and federal regulations, including TIA-222-I and ASCE/SEI 7-22. Deliverables include detailed design drawings, geotechnical reports, test reports, and as-built drawings, all stamped by a Wisconsin-registered Professional Engineer. The contract specifies performance within 120 calendar days after receiving a notice to proceed.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Tower Simulation System (TSS) Tech Refresh
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking information from potential vendors regarding the Tower Simulation System (TSS) Tech Refresh. This Sources Sought notice aims to identify capabilities and solutions for refreshing the TSS, which is critical for training and operational readiness within naval operations. The procurement is focused on enhancing the existing training aids, classified under PSC code 6910, to ensure they meet current technological standards and operational requirements. Interested parties are encouraged to reach out to Wyatt Nunes at wyatt.k.nunes2.civ@us.navy.mil or 407-380-8172, or Allison Laera at allison.m.laera.civ@us.navy.mil or 407-380-4659 for further details and to express their interest in this opportunity.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    58--TOWED ARRAY SUBASEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the Towed Array Subasem, categorized under NAICS code 334290 for Other Communications Equipment Manufacturing. This procurement involves stringent quality requirements, including First Article Testing and production lot testing, to ensure compliance with military specifications and standards, particularly for underwater sound equipment. The successful contractor will be responsible for adhering to multiple drawing and military specification requirements, with a focus on quality assurance and configuration control, as the equipment is critical for naval operations. Interested vendors should contact Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL for further details and to express their interest in this opportunity.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice for the Tobyhanna Army Depot EMF Range Expansion project in Tobyhanna, Pennsylvania. This initiative aims to gather market research to identify qualified contractors capable of executing a project estimated to cost between $25 million and $100 million, which involves significant construction tasks such as building an embankment, a radome foundation, a range control building, and extensive utility work over a duration of five years. The government is particularly interested in responses from small businesses and various socioeconomic categories, requiring capability statements that demonstrate relevant experience with similar projects costing at least $50 million completed within the last five years. Interested parties must submit their responses by 5:00 PM EST on December 29, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Provide Prohibited/Restricted Signs at Range and Training Areas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals from a restricted list of contractors to provide prohibited and restricted signs at various Range and Training Areas at Marine Corps Air Station Cherry Point, North Carolina. The project involves the installation of safety signs, including "Unexploded Ordnance - Do Not Enter" signs, at designated locations to enhance safety and delineate restricted areas, with specific requirements for employing Unexploded Ordnance technicians and adhering to safety protocols. The estimated contract value ranges from $500,000 to $1,000,000, with proposals due by January 14, 2026, and a mandatory site visit scheduled for December 22, 2025. Interested contractors should contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    59--MAST SECTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking bids for the procurement of eight units of the MAST SECTION, identified by NSN 7H-5985-016608614-L1. This presolicitation opportunity is set aside for small businesses and involves the delivery of these items to the Portsmouth Naval Shipyard in Kittery, Maine. The MAST SECTION is critical for applications involving antennas, waveguides, and related equipment, underscoring its importance in naval operations. Interested vendors should direct inquiries to Scott Youngblood at (717) 605-2379 or via email at SCOTT.R.YOUNGBLOOD2.CIV@US.NAVY.MIL for further details.
    MINOR GENERAL CONSTRUCTION MACC AT NSA CRANE AND GLENDORA TEST FACILITY
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is conducting a Sources Sought Notice for a Multiple Award Construction Contract (MACC) focused on minor general construction services at Naval Support Activity (NSA) Crane and the Glendora Test Facility in Indiana. The procurement aims to identify eligible Small Business firms capable of performing a range of construction tasks, including demolition, repair, new construction, and renovation of various facilities and systems, with an estimated total construction cost not exceeding $60 million over five years. Interested contractors must demonstrate relevant experience with projects valued between $30,000 and $600,000, including at least one project over $250,000, and must comply with bonding capacity requirements and subcontracting limitations. Responses are due by December 30, 2025, at 2:00 PM EST, and should be submitted electronically to Emily Grisson at emily.a.grissom.civ@us.navy.mil.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.