Construction of Rickenbacker Small Arms Range
ID: W912QR25BA017Type: 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 AMMUNITION FACILITIES (Y1EA)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Indoor Small Arms Range at Rickenbacker Air National Guard Base in Columbus, Ohio. This project, designated under solicitation number W912QR25BA017, is exclusively set aside for small businesses and has an estimated construction cost ranging from $10 million to $25 million. The construction aims to modernize the facility while ensuring compliance with federal safety and performance standards, particularly focusing on fire safety, accessibility, and mechanical systems. Interested contractors must submit their proposals by September 9, 2025, at 11:00 AM EST, and are encouraged to contact Brandon Gatz at brandon.h.gatz@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Geotechnical Report for the Indoor Small Arms Range at Rickenbacker ANGB, Lockbourne, OH, provides crucial subsurface information for the Design-Bid-Build project. It details the site's geology, soil, bedrock, groundwater, and seismic conditions based on exploration results. The report includes analyses and recommendations for general site work, structure foundations (e.g., aggregate stone columns, footing dimensions, grade-supported floor slabs), and pavement considerations (rigid and flexible). It outlines field testing procedures, soil classification systems, and laboratory test results for unconfined compression and California Bearing Ratio (CBR). The document emphasizes that this report is for information only, requiring contractors to perform their own testing and calculations. It also includes disclaimers regarding the professional opinions, potential changes in subsurface conditions, and the need for the geotechnical engineer's involvement throughout the project to manage risks effectively.
    The government document pertains to the Rickenbacker International Airport's ANG Small Arms Range project, handled by the U.S. Army Corps of Engineers, Louisville District. It includes a comprehensive outline of design and construction plans compliant with various safety and building standards, particularly focusing on fire safety, accessibility, and mechanical systems. The project is structured to adhere to the 2021 International Building Code and National Fire Protection Association guidelines. It emphasizes required features such as fire alarms, mass notification systems, and occupancy classifications for safety in a mixed-use structure. Key components include a life safety code analysis, fire suppression strategies, and occupant load calculations, ensuring compliance with expected performance in emergency situations. The construction will meet federal safety standards, with stipulations regarding hazardous materials, emergency access, and utilities. The plans also highlight a detailed indexing of drawings across multiple categories (architectural, structural, civil, mechanical, and electrical) reinforcing clear site layout and operational functionality. Ultimately, this documentation represents a critical phase in ensuring a safe, regulated facility for the Ohio Air National Guard's activities.
    This government file details door, window, and site infrastructure specifications for the ANG Small Arms Range project at Rickenbacker International Airport, Ohio. It includes comprehensive schedules for exterior and interior doors and windows, outlining material types (e.g., insulated hollow metal, bullet-resistant hollow metal, aluminum), glazing types (including blast-resistant, bullet-resistant, and fire-rated options), dimensions, fire ratings, and hardware details. The document also provides a site plan detailing existing storm, sanitary, and communication infrastructure, along with proposed telecommunications conduit installations. Key project notes emphasize the need for insulated, exit-only, and building access control doors, and specify various glazing standards for blast, bullet, and fire resistance. The project aims to modernize the facility while ensuring safety and compliance with federal standards.
    The document outlines a solicitation for the construction of an Indoor Small Arms Range at Rickenbacker Air National Guard Base in Ohio, with a project number W912QR25BA017. This initiative is a Design-Bid-Build project with an estimated construction cost between $10 million and $25 million, which is exclusively set aside for small business contractors. Key elements of the solicitation include the requirement for contractors to provide performance and payment bonds, register in the System for Award Management (SAM), and maintain compliance with various federal directives. The bid options include the provision of range equipment, target retrievers, and a complete stall wall system. A pre-proposal site visit is scheduled, with strict entry requirements stipulated, including the necessity for attendees to possess a Real ID for base access. The project emphasizes the importance of accurate as-built documentation and timely reporting of modifications throughout the contract period, ensuring effective contractor performance management and completion of all proposed work to standard. This solicitation illustrates the government’s aim to procure construction services in a transparent and regulated manner while fostering small business participation in federal projects.
    The document outlines the solicitation for constructing an Indoor Small Arms Range at Rickenbacker Air National Guard base in Ohio. It serves as a comprehensive guide for contractors detailing the design-bid-build specifications, covering various project divisions, including procurement, general requirements, concrete, masonry, metals, wood, thermal protection, openings, finishes, equipment, plumbing, HVAC, electrical systems, and others relevant to the construction. Essential subsections provide standards and references for materials and construction practices, emphasizing sustainability, safety, and structural integrity. Key requirements pertain to steel and wood doors, ensuring compliance with safety standards and codes, including fire ratings and insulation. Additionally, the document outlines submission procedures, required certifications, and guidelines for approvals. This solicitation aims to ensure a robust framework for contractors to deliver high-quality constructions while adhering to governmental regulations and standards, with a focus on effective material utilization and environmental considerations.
    The document outlines the specifications and requirements for constructing an Indoor Small Arms Range at Rickenbacker Air National Guard in Ohio. It details the design-bid-build approach, with emphasis on adhering to various divisions covering procurement, general requirements, construction standards, safety protocols, and cybersecurity. Key sections include site preparation and earthwork, structural components, fire protection systems, HVAC, plumbing, and electrical requirements. A major focus is placed on cybersecurity for control systems, particularly for fire alarm and mass notification systems, necessitating compliance with specific government standards and documentation. The project aims to ensure a secure, functional, and sustainable facility that meets federal safety and performance criteria. Contractors are required to follow stringent guidelines for quality control, documentation, and coordination with the government throughout the construction process, reflecting a commitment to maintaining operational integrity and adhering to cybersecurity measures. Comprehensive reporting and closeout documentation are mandated, including details of all devices and their configuration, ensuring accountability and compliance with government policies.
    This amendment to the W912QR25BA017 solicitation for the Indoor Small Arms Range at Rickenbacker ANG, OH, outlines several key changes. The response due date has been extended from September 2, 2025, to September 9, 2025. New specification sections, specifically 08 51 23 for STEEL WINDOWS, have been added. The Table of Contents has been entirely replaced, and several plan sheets, including C-101 (DEMOLITION AND EROSION CONTROL), A-621 (DOOR SCHEDULE), A-631 (WINDOW SCHEDULE AND TYPES), and T-100 (TELECOM SITE PLAN), have been revised and replaced. A Geotechnical Report is provided for informational purposes only. Additionally, General Decisions OH20250001 (Heavy & Highway) modification 17 and OH20250078 (Building) Modification 9 are incorporated and must be adhered to. The proposal due date remains September 9, 2025, at 11:00 AM EST, and acknowledgment of all amendments is required upon submission.
    This government file, Amendment/Modification Number 0001 to Solicitation Number W912QR25BA017, issued by W072 ENDIST LOUISVILLE, extends the proposal deadline for the solicitation from September 4th to September 9th, 2025, at 11:00 AM EST. This amendment outlines the procedures for acknowledging receipt, including completing items 8 and 15, acknowledging on each offer copy, or sending a separate communication. It also specifies that failure to acknowledge receipt by the deadline may lead to the rejection of the offer. The document clarifies that all other terms and conditions of the original solicitation remain unchanged.
    Similar Opportunities
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    Construction of a Vehicle Recovery Range at Fort Lee in Prince George County, VA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Norfolk District, is preparing to issue a presolicitation notice for the construction of a Vehicle Recovery Range at Fort Lee in Prince George County, Virginia. This project involves the construction of 24 concrete turning pads, site drainage, and road alignment, executed in three phases, with the contractor required to complete one phase before moving to the next. The contract will be a firm-fixed-price award, set aside for 8(a) Small Businesses, with an estimated value between $5 million and $10 million, and the Invitation for Bid (IFB) is expected to be released electronically around mid-December 2025. Interested bidders should monitor SAM.gov for updates and ensure they are registered in SAM for the submission of offers; for inquiries, they may contact Caleb Bookout at brian.c.bookout@usace.army.mil or Nicholas Lizotte at nicholas.lizotte@usace.army.mil.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.