Tactical Village Modular Firing Ranges
ID: Modularfiringranges121625Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the United States Secret Service, is seeking qualified contractors for the design, prefabrication, transportation, and onsite installation of two adjoining Modular Firing Range (MFR) systems at the James J. Rowley Training Center or another designated federal property. The project aims to enhance training capabilities for agents and officers by expanding firearms range facilities to accommodate increased training demands, while ensuring compliance with stringent federal, state, and local regulations regarding safety and environmental standards. Interested contractors must demonstrate relevant experience in range design and construction, with capabilities statements due by January 5, 2026, to Theresa Williams at theresa.williams@usss.dhs.gov or Erik Syfert at erik.syfert@usss.dhs.gov. This opportunity is categorized as a Sources Sought notice, and no set-aside is used for this procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Secret Service (USSS) seeks a contractor for the offsite design, prefabrication, transportation, and onsite installation of two adjoining, open, 12-point/lane, 50-yard Modular Firing Range (MFR) systems at the James J. Rowley Training Center or other designated federal property. This initiative addresses the increased training tempo and the need to expand firearms range facilities to accommodate a growing number of agents and officers. The MFRs must meet stringent federal, state, and local regulations, including safety and environmental standards, and be designed for future dismantling, relocation, and re-assembly. The contract includes provisions for optional enhancements, emergency repair services, comprehensive training, and detailed documentation, but excludes ongoing operations and maintenance. The contractor is responsible for all aspects of the project, ensuring compliance with all applicable laws and regulations, including those related to environmental protection, lead exposure, and noise levels.
    UFC 4-179-02, published March 5, 2020, with Change 1 on March 13, 2025, provides consolidated Unified Facilities Criteria for small arms ranges across the U.S. Military Departments, Defense Agencies, and DoD Field Activities. This document supersedes previous Navy and Air Force range criteria, establishing Tri-Service standards for new indoor, outdoor, and steel Close Quarter Combat (CQC) small arms range facilities. Key updates include allowing granular rubber traps for all services and clarifying criteria for prohibiting climate control in most indoor ranges. The UFC aims to unify requirements, enhance safety, improve training, and reduce costs by standardizing designs for ventilation, noise attenuation, and bullet traps, while also addressing specific service needs and unification challenges in planning and design.
    The Department of Homeland Security/United States Secret Service has issued a Request for Information (RFI) to identify capable sources for designing, fabricating, transporting, and installing two adjoining 12-point/lane, 50-yard Modular Firing Ranges (MFRs), including foundations and civil site preparation. This RFI is for procurement planning only and is not a solicitation for proposals. The contemplated effort will be a firm fixed price. Respondents must demonstrate recent, relevant experience (within the last 5 years) in range design and engineering, ballistic and structural construction, mechanical and environmental systems, range control and target systems, safety and compliance, and quality assurance and commissioning. Contractors must also provide Buy/own MFRs with no O&M services included, but emergency O&M services will be procured on a Time and Materials basis. Capabilities statements, not exceeding three pages, are due by January 5, 2026, and should include organizational details, small business standing, commercial availability of the MFRs, and a summary of similar project history.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Faraday Rooms
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is conducting market research for the installation of modular Faraday Rooms at its Washington, DC Field Office and potentially at 41 other field offices across the continental United States. The procurement seeks scalable EMI modular hard panel enclosures with specific features such as ESD flooring, LED lighting, advanced ventilation systems, and fire suppression capabilities, along with stringent shielding requirements for electromagnetic interference. This initiative is crucial for enhancing cybersecurity measures within the USSS, ensuring secure environments for sensitive operations. Interested vendors should submit their responses by December 23, 2025, at 12:00 PM Eastern Time, and can direct inquiries to primary contact LorieAnne Kliewer at lorie.kliewer@usss.dhs.gov or secondary contact Matthew Sutton at matthew.sutton@usss.dhs.gov.
    ATL Firing Range Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking qualified vendors to provide firing range services in Atlanta, Georgia, under solicitation number 70T05025Q6100N006. The TSA requires an existing indoor firing range within a 30-mile radius of Atlanta International Airport, capable of accommodating at least twelve simultaneous firing points and available for training at least eight days per month. This procurement is crucial for TSA training operations, as it involves specific requirements such as target placement flexibility, distinct firing line indicators, and facilities for firearms cleaning and secure storage. Interested parties must ensure they are registered in the System for Award Management (SAM) and submit their quotes by December 23, 2025, to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov, with the contract expected to extend through January 2031.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals from small business concerns for multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts focused on acquiring perimeter security assets. The procurement aims to provide temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the United States, including the management of various assets such as vehicle barriers, fencing, tents, and generators. Proposals will be evaluated based on management and technical approaches, past performance, and pricing, with an emphasis on non-price factors. Interested parties must submit their proposals by 11:00 AM EST on January 19, 2026, and may direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov.
    F550 Retrofitting
    Homeland Security, Department Of
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Design/Build Construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes one Base Item and two Option Items related to faculty administration and training spaces. The opportunity is set aside for small businesses under the SBA guidelines, with a total contract value estimated at approximately $18 million and a performance period of 730 calendar days post-award. Interested parties must submit proposals by December 10, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil for further details.
    Tactical Firearms Training 4-Day
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals for a Tactical Firearms Training course lasting four days, aimed at training up to 16 students. The procurement requires the contractor to provide comprehensive course curriculum and instruction, covering essential shooting fundamentals, combat mindset, and practical exercises, with all necessary equipment and materials supplied by the contractor. This training is critical for enhancing the tactical skills of personnel and will take place in January 2026 at a location within an 80-mile radius of Indian Head, Maryland. Interested small businesses must submit their quotes by December 19, 2025, with inquiries directed to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    Glock Armorer and Glock Advanced Armorer Courses
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to award a sole source firm fixed price contract for Glock Armorer and Glock Advanced Armorer courses. The objective of this procurement is to provide USCG members with two sessions of two days of hands-on training, focusing on intermediate maintenance, repair, inspection, and troubleshooting of Glock pistols beyond organizational maintenance. This training is crucial for ensuring the operational readiness and safety of USCG personnel who utilize Glock firearms. Interested parties can reach out to William E. Lewis at william.e.lewis3@uscg.mil or Miranda V. Smith at Miranda.V.Smith@uscg.mil for further details regarding this opportunity.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking a contractor for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.