Construction of Multipurpose Training Range (MPTR), Fort Campbell, TN
ID: W912QR24R0067Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the construction of a Multipurpose Training Range (MPTR) at Fort Campbell, Tennessee. This Design-Bid-Build project aims to enhance military training capabilities by constructing various facilities, including a range operations control area, control tower, after-action review building, and supporting infrastructure, all designed to meet stringent Department of Defense standards. The contract, valued between $25 million and $100 million, is set for a duration of 1,373 calendar days, with proposals due by October 29, 2024. Interested contractors should contact Jacob Pridemore at jacob.s.pridemore@usace.army.mil or 502-315-6228 for further details and must ensure active registration in the System for Award Management (SAM) to be eligible for award.

    Point(s) of Contact
    Files
    Title
    Posted
    The FT. Campbell Range 28 Strip Map provides driving directions to Range 28, which is located at the intersection of Jordan Springs Road and Normandy Loop. The route begins on HWY 79, requiring a journey of 3.8 miles north on Palmyra Road to reach Jordan Springs Road. It continues 7.3 miles west on Jordan Springs Road to finally arrive at Range 28. This document serves as a navigational resource potentially relevant for federal and state project coordination, ensuring stakeholders can access the range efficiently. It emphasizes clear, concise directions critical for operational logistics within government-related activities.
    The document outlines a Justification and Approval (J&A) for awarding a contract to City Light and Power (CLP) as a directed subcontractor for electric utility services related to the construction of a Multi-Purpose Training Range (MPTR) at Fort Campbell, Kentucky. The U.S. Army Corps of Engineers is soliciting a prime contract through competitive means, but due to CLP being the only authorized electric utility provider on the installation, their involvement as a sole source is necessary. The MPTR will comprise various facilities and requires comprehensive utility infrastructure updates, essential for operational functionality. The statutory backing for this sole source contracting is found in 10 U.S.C. 3204(a)(1) and FAR 6.302-1, permitting such an approach when there is only one responsible source. The justification emphasizes that without utilizing CLP's services, the MPTR would lack necessary utilities, hindering the mission requirements of Fort Campbell. Market research confirmed that no alternatives exist, and all efforts to enhance competition are detailed. Thus, the document serves to legitimize the exclusive procurement of utility services, ensuring project compliance and mission efficacy.
    The document outlines the final certified submittal for the Fort Campbell Multipurpose Training Range (MPTR) project, primarily focused on construction plans, specifications, and bid proposal notes. The project falls under the US Army Corps of Engineers, with Poly, Inc. as the involved contractor. Key components include detailed site plans, grading and drainage designs, demolition plans, and various engineering drawings necessary for the training range's construction. The submission specifies ongoing coordination among different disciplines to ensure comprehensive construction, detailing several bid options, including timber trenches, staging areas, bleacher enclosures, and latrine pad constructions. The document emphasizes the need for the contractor to account for all specified tasks within the proposals, underpinning the project's logistical complexity. Located in Fort Campbell, Kentucky, the project aims to enhance military training facilities, making it essential for both local and federal funding and regulatory compliance. This initiative reflects the government’s commitment to supporting military readiness through infrastructure improvements while adhering to strict construction standards and environmental regulations.
    The document pertains to the U.S. Army Corps of Engineers' certified final submission for the Fort Campbell Multipurpose Training Range (MPTR) project, identified as PN 96184 for FY24. It details construction plans involving various elements such as grading, erosion control, storm drainage improvements, and the installation of targets and support structures within the training area. The submission includes a comprehensive index of drawings and specifications, indicating the complexity and scale of the project. Key activities scheduled encompass initial perimeter BMPs, sediment basin installations, and final site stabilization measures, emphasizing adherence to environmental control standards. The document's structured layout with sections on civil, electrical, and mechanical components illustrates the project's high level of planning and coordination required for execution. The overarching goal is to enhance training capabilities while ensuring compliance with safety and environmental regulations, reflecting the Corps’ commitment to effective military training infrastructure.
    The document pertains to the development of a Multipurpose Training Range (MPTR) at Fort Campbell, Kentucky, as part of a submission by Poly, Inc. to the U.S. Army Corps of Engineers, Louisville District. It serves as a certified final submittal for planning under contract number W912QR24R0067 for FY24. The detailed file comprises multiple volumes featuring various drawings, including site plans, grading, drainage layouts, and demolition plans. Engineers will oversee design continuity and structural integrity, with particular focus on site preparation, drainage management, and environmental compliance. In addition to construction planning, the document includes telecommunications and electrical setups, along with safety code analyses for various buildings on the site. A comprehensive index of drawings provides easy navigation through the technical specifications and detailed construction plans, ensuring adherence to federal standards. The structured organization and thorough nature of the plans reflect a systematic approach to enhancing military training facilities, demonstrating the Army's commitment to providing updated and functional training environments while complying with relevant regulations.
    The request for proposals (RFP) outlines the solicitation for constructing a Multi-Purpose Training Range (MPTR) at Fort Campbell, Kentucky, with an estimated cost between $25 million and $100 million. This Design-Bid-Build project aligns with NAICS code 236220 and requires adherence to various federal regulations including a hub zone price evaluation. Offerors must register in the System for Award Management (SAM) and demonstrate compliance with cybersecurity standards set by NIST. The contract will award one vendor based on the best value, factoring in price and technical proposals, focusing on past performance, management plans, and small business participation. Proposals are to be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) by the due date of October 29, 2024. Ensuring comprehensive project specifications, maintaining a minimum life span of 40 years for facilities, and including antiterrorism measures are key components of this initiative. The government retains the right to reject offers, emphasizing on rigorous proposal evaluation to ensure project success and adherence to government regulations.
    The solicitation outlines the requirements for constructing a Multipurpose Training Range (MPTR) at Fort Campbell, KY, under the Design-Bid-Build approach. The project includes comprehensive specifications across multiple divisions, including procurement, general requirements, construction processes, and specifics regarding HVAC systems, insulation, and waste management. Key documents detail the qualifications needed for contractors, submittal procedures, quality assurance measures, and environmental compliance. The project requires adherence to numerous standards, ensuring safety and operational efficiency while emphasizing service support and maintenance accessibility post-construction. This file reflects federal guidelines for RFPs and grants, aiming to enhance military training infrastructure through robust compliance and community safety protocols.
    Lifecycle
    Similar Opportunities
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is planning to award a Firm Fixed Price contract for the design and construction of three new training facilities at Fort Liberty, North Carolina, under solicitation W912PM24R0013. The project aims to create facilities that simulate a city hall, a residence, and a laboratory for Special Operations Forces (SOF), incorporating Low Impact Development features and adhering to various Department of Defense criteria, including Anti-Terrorism/Force Protection standards. The estimated construction cost ranges between $1,000,000 and $5,000,000, with the solicitation expected to be available in electronic format on or about September 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert N. Law at robert.n.law@usace.army.mil for further information.
    WPAFB NAMRU-D Lab Support Building
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is seeking bids for the construction of a 12,300 square-foot pre-engineered metal building laboratory support facility at Wright-Patterson Air Force Base (WPAFB), Ohio. This Design-Bid-Build project aims to provide essential laboratory support infrastructure, adhering to rigorous safety and quality standards across multiple engineering disciplines, including civil, structural, and mechanical systems. The contract, estimated to range between $5 million and $10 million, is a Firm-Fixed-Price (FFP) procurement with a performance period of 595 calendar days from the Notice to Proceed. Interested contractors must submit their sealed bids electronically by October 8, 2024, and are encouraged to contact Contract Specialist Ranzel L. Merideth at Ranzel.L.Merideth@usace.army.mil for further information.
    Fort Johnson Vertical Construction MATOC HUBZone Pool
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Vertical Construction MATOC HUBZone Pool, aimed at establishing a Multiple Award Task Order Contract (MATOC) for vertical construction projects at Fort Johnson, Louisiana. This presolicitation notice indicates a target of five HUBZone small businesses to compete for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will encompass various construction and renovation projects, including facilities such as a police station, flight control tower, and barracks. The anticipated contract value is $75 million, with a minimum guarantee of $2,500, and the Request for Proposal (RFP) is expected to be issued around September 30, 2024. Interested firms must ensure they are registered with the System for Award Management (SAM) and can contact Demetrius Brooks or Calvin Fogle for further information.
    Construct Mission Training Center (MTC) Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Texas Air National Guard, is seeking bids for the construction of a 15,200 square foot F-16 Mission Training Center (MTC) facility at Joint Base San Antonio, Texas. The project aims to provide comprehensive training capabilities for F-16 simulators, requiring compliance with federal, state, and local building codes, as well as Department of Defense design standards. This facility is crucial for enhancing military training infrastructure and operational readiness, with a contract value estimated between $10 million and $25 million. Interested small businesses must submit their proposals by September 19, 2024, and can direct inquiries to Mark A. Green at mark.green.23@us.af.mil or Kirk Swiantek at kirk.m.swiantek.civ@army.mil.
    FY25 Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Seattle District, is seeking interested contractors for the construction of a Commercial Entrance Control Facility at Malmstrom Air Force Base, Montana. This project, estimated to cost between $10 million and $25 million, involves the design and construction of a large vehicle inspection station, support buildings, and various security features, including vehicle barriers and surveillance systems. The opportunity is particularly aimed at small businesses, including those classified under the 8(a) program, Service-Disabled Veteran-Owned Small Businesses, and others, to ensure broad participation in federal contracting. Interested firms must submit their capabilities packages by October 14, 2024, and should be registered in the System for Award Management (SAM) to be eligible for future contracts. For further inquiries, contact Kyla Couch at kyla.m.couch@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and installation of Generator Step-Up (GSU) transformers at the Wolf Creek Power Plant in Jamestown, Kentucky. This procurement involves a firm-fixed-price hybrid supply-construction contract for the design, manufacture, and delivery of three high-capacity power transformers, along with associated installation services. The project is critical for enhancing the power distribution capabilities of the facility and ensuring compliance with updated technical specifications and safety standards. Proposals are due by December 4, 2024, at 2:00 PM Central Time, and interested parties can direct inquiries to Alison Abernathy at alison.t.abernathy@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil. The estimated contract value ranges between $25 million and $100 million, with evaluations based on multiple factors including past performance and technical approach.
    PSXE 242029 Repair TEC Recreational Areas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of recreational areas at the McGhee Tyson Air National Guard Base in Louisville, Tennessee, under Project PSXE242029. This project, which is exclusively set aside for small businesses, encompasses repairs and upgrades to facilities supporting the 10 PAA KC-135R Air Refueling Wing, with a contract value estimated between $500,000 and $1,000,000. Bidders are required to comply with government construction standards and must submit their proposals by September 26, 2024, following a pre-bid conference scheduled for August 30, 2024. For further inquiries, interested parties can contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil.
    $175M MATOC for Maintenance, Repair, Construction and Incidental Design Work on JBLM, WA and Sub-Installations
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified prime contractors for a potential $175 million Multiple Award Task Order Contract (MATOC) focused on maintenance, repair, construction, and incidental design work at Joint Base Lewis McChord (JBLM) and its sub-installations in Washington. The MATOC aims to support general construction activities, including renovations, repairs, and environmental abatement, with task orders expected to range from $250,000 to $7 million and an average project duration of six months to two years. This opportunity is particularly significant as it falls under the 8(a) program, meaning only eligible 8(a) firms will be considered for award, and interested parties must submit their letters of interest by 1:00 p.m. local time on October 4, 2024, to Contract Specialist John McGuire at john.e.mcguire@usace.army.mil.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.