Custom Test Fabrication, Onsite Support, SQRL IV
ID: ATF20250403BW2Type: Sources Sought
Overview

Buyer

JUSTICE, DEPARTMENT OFATF ACQUISITION AND PROPERTY MGMT DIVATFWASHINGTON, DC, 20226, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The Department of Justice, through the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors for custom test fabrication and onsite support during the SQRL IV testing phase at Redstone Arsenal, Alabama. The project entails the preparation and construction of five custom concrete masonry unit (CMU) buildings, including various roof types, and involves multiple phases such as site preparation, fabrication, daily labor during testing, and demolition of existing structures. This initiative is crucial for enhancing research and training in explosives safety and law enforcement support, with an anticipated contract duration of one year and a Firm-Fixed-Price (FFP) contract type. Interested parties must submit their responses, including company information and capability statements, to Contracting Officer Brian Wilkins at Brian.Wilkins@atf.gov by 5:00 PM EST on April 11, 2025.

Point(s) of Contact
Brian Wilkins
(202) 648-9120
(202) 648-9654
Brian.Wilkins@atf.gov
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) National Center for Explosives Training and Research (NCETR) is seeking contractor support for custom test fabrication and onsite assistance during the SQRL IV testing phase at Redstone Arsenal, Huntsville, Alabama. The project includes the preparation and construction of test structures, specifically five custom concrete masonry unit (CMU) buildings, with varieties in roof types including wood frame and reinforced concrete. The contract involves multiple phases: site preparation, fabrication, onsite daily labor during testing, demolition of existing buildings, and potential rebuilding of structures. Key deliverables include providing a crew, tools, and materials for the efficient completion of tasks. The estimated timeline spans from July 2025 to April 2026, with construction followed by extensive testing and subsequent demolition. The contractor needs to ensure compliance with government guidelines and maintain sufficient staffing throughout the project. Security requirements focus on police records checks for contractor personnel accessing the facility, emphasizing adherence to federal protocols. This project underscores the ATF's commitment to research and training in explosives safety and law enforcement support.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
FBI REDSTONE JOB ORDER CONTRACT
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the Redstone Job Order Contract (JOC) to provide construction, alteration, and repair services at its facilities in Huntsville, Alabama. This competitive procurement is set aside for 8(a) small businesses and has a total contract value not to exceed $11.5 million over a term of five years, with a minimum guarantee of $50,000. The contract will encompass various tasks, including window washing services for two buildings, and requires strict adherence to FBI security protocols and safety regulations. Proposals must be submitted electronically by May 6, 2025, with questions due by April 18, 2025, and interested parties can contact Andre Wilson at alwilson6@fbi.gov for further information.
Construct Blast Fence
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for a project titled "Construct Blast Fence" at the 117th Air Refueling Wing in Birmingham, Alabama. The procurement involves a firm fixed-price contract for the construction of two full power jet blast deflectors, including the necessary concrete paving systems and the relocation of existing flight line security lighting and fuel system controls. This project is crucial for accommodating full engine run-ups for the KC-135 aircraft and is set aside entirely for small businesses, with a contract value estimated between $1 million and $5 million. Interested contractors should note that the solicitation is expected to be issued around May 7, 2025, with a pre-bid conference tentatively scheduled for March 14, 2025, and must register in the System for Award Management (SAM) to participate. For further inquiries, contact William K. Hall at william.hall.65@us.af.mil or Joshua Waters at joshua.waters.8@us.af.mil.
Demolition, Charge, Block 1/4 lb TNT, 1/2 lb TNT, and 1 lb TNT.
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of demolition charge blocks of TNT in 1/4 lb, 1/2 lb, and 1 lb configurations under solicitation W519TC-25-R-0013. This opportunity is set aside for small businesses and will result in a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a guaranteed minimum order value of $950,000. The TNT blocks are critical for military applications, necessitating compliance with stringent safety and quality standards, including First Article Testing and adherence to Performance Oriented Packaging requirements. Interested contractors must submit their proposals, including pricing in a specified Price Matrix, by the deadline, and can direct inquiries to Megan Kirby at megan.m.kirby.civ@army.mil or Mackenzie Helgerson at mackenzie.a.helgerson.civ@army.mil.
Alaska Barrier Purchase
Buyer not available
The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center, is soliciting proposals for the procurement of 21 units of interlocking Alaskan T-Walls to be delivered to Range 15A in Fort Johnson, Louisiana. The walls must meet specific technical requirements, including a compressive strength of 5,000 psi, rebar yield strength of 60,000 psi, and a smooth finish on all sides except for a broom finish on the bottom, with a minimum clear cover of 1½ inches. This procurement is part of the federal government's initiative to enhance infrastructure projects with high-quality construction materials, ensuring compliance with established technical standards. Interested small businesses must submit their offers by April 18, 2025, at 1:00 PM CST, via email to the designated contacts, Jon-Vincent Holden and David Ammermann, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
FY25 365th TRS Alpha Warrior Quad Bunker
Buyer not available
The Department of Defense, through the 82d Contracting Squadron, is soliciting quotes for the construction of the 365th TRS Alpha Warrior Quad Bunker at Sheppard Air Force Base in Texas. This project involves the engineering, furnishing, installation, and testing of a training facility that will include four to six Bunker Conex units, specialized fitness equipment, and necessary infrastructure to enhance physical training capabilities for military personnel. The initiative is part of a broader effort to modernize training facilities, focusing on sustainability and improved fitness training for Air Force members. Interested small businesses must submit their quotes by 10:00 AM CDT on April 21, 2025, and can direct inquiries to Carri Dulaney at carri.dulaney@us.af.mil or Jamie Long at jamie.long.7@us.af.mil.
Sources Sought for Insensitive Munition Explosive - 104 (IMX-104) Production Capability
Buyer not available
The Department of Defense, through the Army Contracting Command-Rock Island, is seeking information from potential sources for the design, construction, and commissioning of a facility to manufacture Insensitive Munition Explosive - 104 (IMX-104) at the Holston Army Ammunition Plant in Kingsport, Tennessee, or another location within the Continental United States (CONUS). The facility is expected to produce between 10 to 13 million pounds of IMX-104 annually, adhering to military specifications and NATO standards, with a focus on domestic sourcing for precursor materials. This initiative is critical for maintaining operational capabilities within the Department of Defense, and responses to the sources sought notice are due by May 14, 2025. Interested parties can contact Josephine Hennings or Warren Stropes for further information and are encouraged to register for the Industry Day scheduled for April 29-30, 2025, to discuss project requirements and engage with government personnel.
Construct Automated Record Fire (ARF+) Range
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is soliciting bids for the construction of an Automated Record Fire (ARF+) Range at Fort Bragg, North Carolina. This project entails the development of a comprehensive training facility, including a 16-lane ARF Plus range, control areas, classrooms, and supporting infrastructure, aimed at enhancing the training capabilities for soldiers using advanced weaponry. The construction is critical for meeting the training and qualification requirements for the Next Generation Squad Weapon (NGSW), ensuring soldiers are proficient in engaging targets effectively. Interested contractors must submit their bids by April 21, 2025, with a site visit scheduled for April 3, 2025, and can contact Tatjana Fisher or Gregory Graham for further information.
W519TC-25-Q-POWD Black Powder
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking quotes for the procurement of Black Powder Class 3 and Class 6, in accordance with MIL-DTL-223D specifications. This solicitation aims to secure reliable suppliers for military-grade black powder, which is critical for various military applications, including igniters for rockets and artillery primers. Interested contractors must submit their proposals by April 23, 2025, with a firm-fixed-price model, and ensure compliance with all outlined requirements, including providing a 5-pound sample for First Article Testing and adhering to strict quality assurance protocols. For further inquiries, potential offerors can contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
NSSF Las Vegas SHOT SHOW - Intent to Sole Source
Buyer not available
The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), intends to award a sole source firm-fixed price Blanket Purchase Agreement (BPA) for registration and attendance at the National Shooting Sports Foundation's (NSSF) SHOT SHOW in Las Vegas, Nevada. The procurement aims to secure participation in this significant industry event, which is crucial for stakeholders in the shooting sports and firearms sectors. The estimated period of performance spans from June 2, 2025, to June 1, 2030, with options for four additional years, and all communications regarding the solicitation will be directed to the proposed contractor, the National Shooting Sports Foundation. Interested parties can reach out to Brian Palmer at brian.palmer@atf.gov for further inquiries.
Maxwell AFB - JUBJ 22-4794 Demo Building 1411 & Construct Parking Lot - A&E - Sources Sought
Buyer not available
The Department of Defense, through the 42d Contracting Squadron at Maxwell Air Force Base, is seeking qualified architect-engineer firms to provide services for the demolition of Building 1411 and the construction of a new parking lot at Maxwell AFB Gunter Annex. The selected firm will be responsible for all aspects of design work, including the preparation of construction documents, specifications, and cost estimates, adhering to federal guidelines and specific design standards. This opportunity is crucial for enhancing the infrastructure at the base, ensuring compliance with safety and accessibility regulations while promoting effective project management. Interested firms must be located within a 250-mile radius of Maxwell AFB, registered on SAM.gov under the relevant NAICS codes, and submit their qualifications by 3:00 p.m. central time on April 24, 2025, to the designated contacts via email.