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
Salvage Vehicles Transport and Delivery
Buyer not available
The Department of Justice, through the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified small businesses to provide salvage vehicle transport and delivery services for the ATF Academy located in Brunswick, Georgia. The procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for approximately 300 sedans and 50 motorcycles over a five-year period, which are essential for training programs focused on explosives response and investigation. Interested contractors must comply with specific requirements outlined in the Statement of Work, including providing environmentally friendly vehicles and adhering to ATF security protocols. Quotes are due by 12:00 PM on April 27, 2025, and must be submitted via email to Amanda Boshears at amanda.boshears@atf.gov, with all submissions being valid for 30 days post-deadline. For further inquiries, potential offerors may contact Amanda Boshears or Jordan Miller via the provided email addresses.
FBI REDSTONE JOB ORDER CONTRACT
Buyer not available
The Department of Justice, through 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 specifically 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 services required include window washing for two buildings at Redstone Arsenal, adhering to strict FBI security protocols and safety regulations. Proposals must be submitted electronically by May 6, 2025, with questions due by April 18, 2025, to the designated contacts, Andre Wilson and Britt Sanford, at their respective FBI email addresses.
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.
FBI Redstone Kinetic Cyber Range Streets Top Coating
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified small businesses to provide an epoxy topcoat for the Kinetic Cyber Range (KCR) located at Redstone Arsenal in Huntsville, Alabama. The project involves applying a durable, non-slip topcoat to enhance the streets and garage areas within the facility, which experiences regular foot and vehicle traffic, thereby improving both functionality and aesthetics. This procurement is a competitive local small business set-aside, with a contract value anticipated to range between $50,000 and $100,000, and interested parties must respond by April 30, 2025, with detailed qualifications and capabilities to Lakeita Wilson at lrwilson3@fbi.gov.
Demolition, Charge, Block 1/4 lb TNT, 1/2 lb TNT, and 1 lb TNT.
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of demolition charges, specifically 1/4 lb, 1/2 lb, and 1 lb TNT blocks, 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 of $950,000, emphasizing the importance of compliance with safety and quality standards in the handling of hazardous materials. The procurement process will evaluate proposals based on the Lowest Price Technically Acceptable criteria, and interested parties must submit their bids along with required documentation by the specified deadlines. For further inquiries, potential offerors can contact Megan Kirby at megan.m.kirby.civ@army.mil or Mackenzie Helgerson at mackenzie.a.helgerson.civ@army.mil.
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.
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. 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 operational efficiency and compliance with environmental regulations. This procurement is critical for maintaining the Department of Defense's munitions capabilities, and interested parties must submit their responses by May 30, 2025, after registering for an Industry Day scheduled for April 29-30, 2025, to engage with government representatives. For further inquiries, contact Josephine Hennings at josephine.l.hennings.civ@army.mil or Warren Stropes at warren.l.stropes.civ@army.mil.
13--BLK3 TOWED ARR GROO
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the BLK3 TOWED ARR GROO, which falls under the NAICS code 325920 for Explosives Manufacturing. This contract involves the manufacture and supply of specialized demolition materials, with specific requirements for design, quality assurance, and testing, including First Article Testing (FAT) and Production Lot Testing (PLT). The goods are critical for national defense applications, and the contract will be awarded bilaterally, requiring the contractor's written acceptance prior to execution. Interested parties must have a valid U.S. Security Clearance of Confidential or higher and are encouraged to contact Abigail R. Hurlbut at 717-605-6805 or via email at abigail.r.hurlbut.civ@us.navy.mil for further details. The solicitation emphasizes the importance of compliance with quality standards and the necessity for a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each shipment.
Target Retrieval System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and disposal of an existing target retrieval system and the installation of a new 75-meter target retrieval system at Patrick Space Force Base in Florida. The project requires the installation of 10 shooting booths equipped with bulletproof dividers, collapsible barricades, and integrated storage solutions, all controlled from a single computer to enhance training efficiency and safety. This procurement is critical for modernizing military training facilities and ensuring compliance with safety regulations, with a firm-fixed-price contract expected to be awarded based on technical acceptability, price, and past performance. Interested vendors must submit their quotes by May 1, 2025, and direct any questions to Gage Belyeu at gage.belyeu.2@spaceforce.mil or 321-494-9950, with a site visit scheduled for April 28, 2025.
Market Survey - Medium Cannon Caliber Airbursting Fuze Common Tactical Setter (AFCTS)
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is conducting a market survey to identify potential sources for the manufacturing of the Medium Cannon Caliber Airbursting Fuze Common Tactical Setter (AFCTS) system. This electromechanical system is crucial for converting and transferring mission data between fire-control systems and programmable ammunition, with a total requirement of approximately 550 units for the AFCTS Line Replaceable Unit (LRU) and varying quantities for associated Ammunition Setter Contacts (ASC) modules. The AFCTS system is integral to various military platforms, including the XM1304 Stryker Infantry Carrier and Bushmaster Chain Gun systems, ensuring operational effectiveness in combat scenarios. Interested companies must submit their responses by 5:00 PM Eastern on April 18, 2025, to the designated contacts, Mr. Erick Martins and Ms. Leslie Sommers, and are required to comply with specific technical data handling agreements to access sensitive information related to this procurement.