Indoor Firearms Range Maintenance and Lead Cleaning Services
ID: 15F06725Q0000227Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI - REDSTONE ARSENALREDSTONE ARSENAL, AL, 35898, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified vendors to provide Indoor Firearms Range Maintenance and Lead Cleaning Services at Redstone Arsenal in Huntsville, Alabama. The procurement aims to ensure the safe and effective management of the FBI's indoor firearms ranges, emphasizing meticulous cleaning and maintenance to uphold safety and operational standards. This initiative is critical for maintaining high operational readiness and compliance with environmental safety regulations, particularly concerning lead contamination. Interested small businesses must submit their quotes by May 16, 2025, with a contract period starting from June 1, 2025, to May 31, 2026, and options for four additional years. For further inquiries, potential offerors can contact Javia Warner at jswarner@fbi.gov or Maureen Murdock at mmurdock@fbi.gov.

    Point(s) of Contact
    Javia Warner
    jswarner@fbi.gov
    Maureen Murdock
    mmurdock@fbi.gov
    Files
    Title
    Posted
    The document outlines specific photographic requirements related to various berms used in shooting ranges and safety features of a trap facility. It requests detailed images of the rubber berms at distances of 200 meters, 600 meters, 1200 meters, and 1500 meters, highlighting that the first three are of similar construction. Additionally, it emphasizes the need for pictures of the room behind the TCT trap, including the safety ceiling and entire deceleration chamber. This request emphasizes safety and assessment for maintenance or improvements at these facilities, indicating a focus on compliance with operational standards in government-managed shooting ranges. Proper visualization of these components is essential for further evaluation of the facilities’ safety and structural integrity, aligning with standards that may be outlined in federal or state RFPs for maintenance or enhancement projects.
    The document outlines specifications and components related to various Air Handling Units (AHUs) and shooting ranges, particularly focusing on the BRF and DSU designs. It includes details such as range measurements (50m and 120m), types of filters (HEPA, mid, pre-filters), and structural elements (rails, stands, sump). The description indicates that the mention of AHUs in some sections is excluded from contracts, implying a segmented approach in project scope. Overall, the file serves as a reference for procurement and construction standards essential for federal and state contracts involving shooting range facility development and related environmental controls. This aligns with government RFPs aimed at ensuring technically sound and compliant construction practices for specialized facilities.
    The Federal Bureau of Investigation (FBI) has issued a Request for Quote (RFQ) 15F06725Q0000227 for Indoor Firearms Range Maintenance and Cleaning Services. The document outlines the scope of work required for maintaining and cleaning the firearms range, emphasizing the need for meticulous service to uphold safety and operational standards. It includes a reference to a document sheet with numbered sections but lacks specific details or proprietary information. Offerors are encouraged to provide their recommendations, with an indication to specify if their proposal is proprietary. The purpose of this RFQ is to solicit qualified vendors who can meet the FBI’s maintenance and cleaning requirements effectively. This initiative is part of the government’s broader move to ensure high standards of operational excellence in its facilities, particularly concerning safety and cleanliness in firearms training environments. The document serves as a call to action for potential suppliers to propose actionable solutions that meet the FBI's needs.
    The document pertains to Request for Quote (RFQ) 15F06725Q0000227 from the FBI, focusing on maintenance and cleaning services for indoor firearms ranges at the Ballistic Research Facility. It includes responses to offerors’ inquiries regarding changes from previous solicitations, pricing structures, and service requirements. Key points indicate that offerors should base their proposals solely on the current solicitation without reference to past contracts. A notable inquiry involved updating the pricing sheet for detailed cost breakdowns, which was allowed. Clarifications were provided on equipment specifics, including air filtration and cleaning requirements, confirming that the FBI will supply filters and detailing cleaning frequencies for various components like ceiling baffles and target systems. Additionally, specifics on hazardous waste handling and contractor responsibilities were outlined. The request emphasizes compliance with safety regulations, including RCRA training for personnel involved in hazardous waste generation, reflecting the government's stringent requirements for service providers in environmental management. Overall, the document exemplifies the procedural structure and contractual expectations associated with federal procurement for specialized services.
    The Federal Bureau of Investigation (FBI) is seeking to obtain Indoor Firearms Range Maintenance and Lead Cleaning Services and requires information on the past performance of Offerors to evaluate their suitability. A Past Performance Questionnaire (PPQ) has been created, which includes sections for contractors to provide identification details, services performed, and contact information for references. The questionnaire assesses contractors based on six criteria: Quality of Service, Schedule, Cost Control, Business Relations, and Management of Key Personnel, using an adjectival rating system ranging from "Exceptional" to "Unsatisfactory." Comments are requested for ratings of "Marginal" and "Unsatisfactory" to support evaluations. The completed form should be submitted via email to several designated FBI contracting officers. This process emphasizes the FBI's commitment to ensuring high-quality service standards and effective contractor performance in federal procurement activities. Overall, the document highlights the rigorous evaluation measures in place to ensure that selected contractors can effectively meet the contract requirements.
    The document outlines a Request for Proposal (RFP) from the Federal Bureau of Investigation (FBI) for maintenance services related to the Indoor Firing Range over multiple years. It details pricing structures across five years, including the base year and four additional option years. Key services specified include maintenance and cleaning of the range, unscheduled maintenance, and berm mining. Each service is assigned a Contract Line Item Number (CLIN) but leaves pricing sections blank for prospective offerors to complete based on their accounting procedures and pricing strategies. The document calls for offerors to provide detailed breakdowns of labor and material costs, ensuring accurate calculations. The overall goal is to secure a contract for comprehensive upkeep of the FBI's Indoor Firing Range, reflecting adherence to federal standards and operational needs. The structure of the RFP emphasizes clarity in pricing and the conditions under which optional services can be exercised.
    The document outlines a pricing structure for the Federal Bureau of Investigation (FBI) regarding maintenance and cleaning services for the FBI Indoor Firing Range over several contract years, including a base year and four option years. It details various Contract Line Item Numbers (CLINs) associated with these services, including scheduled and unscheduled maintenance and berm mining tasks. Each year is broken down into specific CLINs that indicate the description of services, quantity, unit price, and total price, although most fields are marked for pricing inputs to be filled by the offeror. The document emphasizes the necessity for precision in cost calculations, encouraging offerors to update calculations according to their accounting procedures. The pricing for the options will only be utilized if the respective option is exercised. The overarching purpose of this document is to solicit detailed proposals from contractors for necessary services at FBI facilities while ensuring compliance with government procurement procedures. The structure is aimed at facilitating a comprehensive bidding process, allowing for a transparent evaluation of submitted proposals based on defined service requirements.
    The document outlines a Request for Proposals (RFP) from the Federal Bureau of Investigation (FBI) for maintenance and cleaning services at the FBI Indoor Firing Range over a five-year period, including base and option years. It specifies various Contract Line Item Numbers (CLINs) for services, such as the maintenance and cleaning of the firing range and unscheduled maintenance, across multiple option years. Each CLIN has corresponding descriptions, quantities, and cost structures, though specific pricing is to be filled in by the offeror. The document emphasizes the responsibility of the offeror to accurately submit pricing details and allows for customization of the proposal with additional tabs for detailed breakdowns. It highlights that certain CLINs will only be priced if options are exercised in future years, making it essential for offerors to present detailed pricing aligned with their accounting methods. This RFP illustrates the FBI’s procurement process for securing specialized services necessary for maintaining operational readiness at their facilities.
    The solicitation document (15F06725Q0000227) outlines a Request for Proposal (RFP) from the federal government for maintenance and cleaning services for FBI Indoor Firearms Ranges at Redstone Arsenal, AL, covering a contract period from June 1, 2025, to May 31, 2026. It is set aside for 100% small business participation, indicating a commitment to supporting small enterprises in government contracts. The RFP includes a base period, seven option periods extending to 2030, and unscheduled maintenance provisions. The bid submission deadline is May 16, 2025, and the contract will be awarded as a firm fixed price. Multiple clauses from the Federal Acquisition Regulation (FAR) are referenced, including those governing contractor obligations, payment terms under the Prompt Payment Act, whistleblower protections, and specific security requirements for contractor personnel working on FBI premises. Additional clauses address domestic violence policies, hazardous material safety, and prohibitions against certain telecommunications equipment. Overall, the document serves as a comprehensive guide for potential contractors, detailing required services, compliance expectations, and contractual obligations, thereby facilitating informed bidding and compliance within the federal contracting framework.
    The Federal Bureau of Investigation (FBI) is soliciting quotes for Indoor Firearms Maintenance and Cleaning Services through Request for Quote RFQ-15F06725Q0000227. The contract period will be from June 1, 2025, to May 31, 2026, with four optional renewal years. Interested contractors must submit their quotes by May 16, 2025, and may participate in a site visit on May 5, 2025, to better understand operational requirements. The key components of the contract include managing and maintaining the FBI’s indoor small firearms ranges at Redstone Arsenal, along with specifics outlined in the Statement of Work (SOW). Offerors will be evaluated based on a Low Price Technically Acceptable (LPTA) criteria, assessing their technical approach, personnel qualifications, and past performance in similar contracts. Submission guidelines emphasize clear organization among three distinct volumes: Technical Capability, Past Performance, and Price. The evaluation process prioritizes understanding of requirements, qualifications of proposed personnel, and the details of the Project Management Plan. Ultimately, this procurement reflects the FBI’s commitment to maintaining effective operational readiness through appropriate facility management practices.
    The solicitation 15F06725Q0000227 outlines a Federal Request for Proposal (RFP) for maintenance and cleaning services for FBI Indoor Firearms Ranges at Redstone Arsenal, AL, covering the contract period from June 1, 2025, to May 31, 2026, with options for extensions up to five years. The RFP is open to small businesses, specifically those in the HUBZone, service-disabled veteran-owned, and economically disadvantaged categories. The document specifies deliverables, including maintenance routines and unscheduled services, along with contract clauses governing terms, conditions, and legal requirements related to the procurement. Key regulatory clauses include provisions related to prompt payment, contractor responsibilities, and prohibitions on contracting using certain telecommunications equipment. It emphasizes the need for personal protective equipment for employees, security screening for contractors accessing FBI facilities, and compliance with federal guidelines on matters like domestic violence awareness and whistleblower protections. The RFP promotes safety, regulatory compliance, and ethical practices. The document's structure includes several sections: a solicitation form, commodity or services schedule, contract clauses, and a list of attachments. This information facilitates a competitive bidding process, ensuring that procurement needs are met while maintaining compliance with federal standards.
    The FBI is seeking a contractor for Indoor Firearms Range Maintenance and Lead Cleaning Services at Redstone Arsenal in Huntsville, Alabama. This contract covers the cleaning and maintenance of two indoor firing ranges and associated facilities, with an emphasis on ensuring a safe environment free of hazardous contaminants like lead. The Statement of Work (SOW) outlines the specific maintenance tasks required, including monthly and annual filter changes for air ventilation systems, monthly cleaning of shooting stalls, and the management of hazardous waste materials. The contract is structured as a firm-fixed-price agreement for a base year with four potential one-year extensions. Contractors must comply with FBI security and safety regulations, hold appropriate certifications, and implement a schedule that can adapt to operational needs. Critical deliverables, such as project schedules and safety plans, must be submitted early in the process. The contract also details site access protocols, cleaning restrictions, and warranty requirements for contractor workmanship. By establishing clear requirements and responsibilities, the FBI aims to ensure the effective maintenance of its training facilities while adhering to safety and environmental standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Artificial Intelligence for Unmanned Aerial Systems
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of providing artificial intelligence (AI) solutions for unmanned aerial systems (UAS) at its Redstone Arsenal office in Huntsville, Alabama. The FBI's Request for Information (RFI) aims to identify AI/machine learning (ML) systems that can process real-time video feeds for various applications, including object detection, license plate recognition, facial recognition, and perimeter detection, with a requirement for basic functionality at Technology Readiness Level (TRL) 7 or above. These capabilities are critical for enhancing surveillance and operational effectiveness in law enforcement activities. Interested parties, both small and large businesses, are invited to submit capability statements detailing their qualifications by December 30, 2025, with inquiries directed to Brian Ames at bames@fbi.gov.
    Facilities Technology Management (FTM)
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) related to its Facilities Technology Management (FTM) initiative. The primary objectives include providing operations and maintenance support for the TRIRIGA system until its end of life in September 2027, as well as conducting a comprehensive systems assessment to optimize the FBI's facilities technology portfolio. This assessment will involve evaluating existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment. Interested vendors are encouraged to submit capabilities statements by December 23, 2025, and may have the opportunity to participate in a Reverse Industry Day based on their submissions. For further inquiries, contact Tammy Clark at tjclark2@fbi.gov or 304-476-3678, or Marie Agrinzoni at meagrinzoni@fbi.gov.
    47PD5126R0002 - Hruska - USMS Indoor Firing Range Cleaning
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the cleaning and maintenance of the Indoor Firing Range at the Roman Hruska US Courthouse in Omaha, Nebraska. The contract requires a qualified contractor to provide all necessary labor, materials, equipment, and supervision for comprehensive cleaning services, including hazardous waste disposal and compliance with environmental regulations. This project is crucial for maintaining a safe and compliant indoor firing range environment, with a performance period set from January 16, 2026, to January 16, 2027. Interested small businesses must submit their proposals by January 9, 2026, at 4:00 PM CST, and can contact Antonio Vargus at antonio.vargus@gsa.gov or (515) 217-2186 for further information.
    Basic Unmanned Aerial System
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    John Edgar Hoover (JEH) Waste Management Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified small businesses to provide Waste Management Services at the John Edgar Hoover (JEH) Building in Washington, DC. The contract, which is set aside for HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or Women-Owned Small Businesses (WOSB), includes a base period plus four option periods, emphasizing the establishment of a Mini-Material Recovery Facility to manage solid waste and recycling operations. Key responsibilities include sorting, baling, transporting recyclable materials, and maintaining compliance with safety and environmental regulations, with a focus on personnel security clearances and detailed record-keeping. Interested parties must submit their quotes by 12:00 PM EST on Thursday, December 18th, 2023, and can direct inquiries to Ms. McKenzie Bucher at mpbucher@fbi.gov.
    DJF-23-1200-LTL-1
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to procure ammunition through a sole source urgency contract identified as DJF-23-1200-LTL-1. This procurement is critical for the FBI's operational needs, particularly in relation to their law enforcement and national security missions. The ammunition, classified under the PSC code 1305, is essential for various applications within the agency, underscoring its importance in maintaining operational readiness. Interested vendors can reach out to Ryan Dolan at RDOLAN@FBI.GOV for further details regarding this opportunity.
    UAS Controlled Via Fiber Optic Cable
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of producing Unmanned Aerial Systems (UAS) that are controlled via fiber optic cable and compliant with the National Defense Authorization Act (NDAA). This Request for Information (RFI) aims to identify potential suppliers who can meet these specifications, emphasizing the need for UAS that operate effectively between the aircraft and the Ground Control Station (GCS). The procurement is crucial for enhancing operational capabilities in surveillance and reconnaissance missions. Interested parties, both small and large businesses, must submit capability statements by December 23, 2025, and direct any questions regarding the RFI in writing by December 10, 2025, to Brian Ames at bames@fbi.gov.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    Field, Background-Investigative Services (Multiple Award)
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors to provide Field and Background-Investigative Services through a multiple-award Request for Quotations (RFQ). The procurement aims to establish Basic Ordering Agreements (BOAs) for an estimated 2,400 hours/points per year per awardee, with services compensated at $50 per point over a five-year period. These services are critical for conducting personnel security background investigations, ensuring compliance with federal regulations, and safeguarding sensitive information. Interested offerors must submit their quotations by June 15, 2030, and can direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or by phone at 202-648-9071.
    FY24-28 D01 BTOOLKIT(ITD) Huntsville & Tuscaloosa Comcast
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source firm fixed price contract for internet services in the Northern District of Alabama, covering the cities of Huntsville and Tuscaloosa. The contract will include a base period and four optional 12-month extensions, with a total estimated value of $14,251.30. This procurement is critical for ensuring reliable internet connectivity for law enforcement operations in the region. Interested parties may direct questions to Contracting Officer Renee Leaman at renee.leaman@usdoj.gov, with the notice not being a request for quotes or proposals.