Live Fire Range 2025
ID: FA441725Q0060Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

SOCIAL- RECREATIONAL (G003)
Timeline
    Description

    The Department of Defense, specifically the Air Force, is seeking qualified contractors to provide comprehensive shooting range and lodging services for military training at Hurlburt Field, Florida, under the project titled "Live Fire Range 2025." The contractor will be responsible for managing three operational pistol ranges and two rifle ranges, ensuring compliance with safety standards, and providing adequate billeting facilities for instructors and students when necessary. This procurement is crucial for supporting the Air Force's training programs and operational readiness, with a total funding ceiling of $337,312 for the Blanket Purchase Agreement (BPA), allowing individual purchase calls up to $25,000. Interested parties must submit their quotes by March 7, 2025, and can contact Dani English at dani.english@us.af.mil or Antonio Ortega at antonio.ortega.12@us.af.mil for further information.

    Files
    Title
    Posted
    The Air Force Special Operations Command requires the contractor to manage a comprehensive shooting range and lodging services for the 371 Special Operations Combat Training Squadron (371 SOCTS) at Hurlburt Field, Florida. The contractor must facilitate all necessary tools and labor for training exercises, including three operational pistol ranges and two rifle ranges, ensuring compliance with defined specifications and safety standards. Additionally, adequate billeting facilities must be provided for instructors and students if distances exceed a one-hour drive from Hurlburt Field. Essential features include functional shooting positions, steel reactive targets, barricades, secure storage, potable water, and sanitation facilities. The contractor will be compensated on a per-day basis for range usage and a per-night basis for lodging. The government will furnish medical services and required training materials, while instructors and safety personnel are also provided by the government. The document establishes clear guidelines for range management, customer responsibilities, and cancellation policies, emphasizing efficiency and compliance with safety regulations. This RFP is instrumental in supporting the Air Force's commitment to effective training programs and operational readiness.
    The document appears to be a corrupted or heavily obfuscated representation of a collection of federal and state RFPs (Requests for Proposals) and grants. It lacks coherent content and readability due to the presence of unrecognized characters and inadequate formatting. However, the core function of such documents typically involves soliciting proposals for funding or project execution from various governmental and organizational entities. Generally, RFPs and grants serve to communicate the government’s needs for services, products, or research initiatives while outlining criteria for evaluation and funding mechanisms. They are structured to include project objectives, requirements, submission guidelines, and associated timelines, aiming to ensure transparency and competitive bidding processes. While the specific details of the proposals and grants cannot be discerned from this corrupted text, understanding that these documents usually focus on public policy objectives, budget allocations, and project scope is vital. They engage potential contractors or grant recipients in addressing government priorities through collaboration or financial assistance.
    The document outlines the pricing structure for renting a shooting range facility, specifically focused on the Live Fire Range for the year 2025. It specifies three main items with associated costs: daily rental of the shooting range facility, instructor lodging, and student lodging. Each item is listed by contract line item number (CLIN), quantity, and unit price. The table suggests that bidders can provide discount offers for volume and encourages submission of additional price lists for related services offered to the community. The document serves to inform potential bidders involved in government requests for proposals (RFPs) about pricing expectations and supports transparency and competitiveness in the procurement process. Overall, this price list is a crucial component in evaluating bids and ensuring fiscal responsibility in utilizing government resources.
    The document outlines the terms and conditions of a Blanket Purchase Agreement (BPA) for the provision of fire range and lodging services. The total spending limit for this BPA is set at $337,312.00, with individual purchase calls not exceeding $25,000.00. Authorized personnel who can place orders will be identified by title and organization, ensuring accountability. Each service rendered must be accompanied by a detailed delivery ticket containing vital information, including contractor details, the BPA number, and itemized services. Invoices are to be submitted at least monthly, itemizing each delivery and including supporting receipts, specifically addressing payment methods via the government purchase card. The structured approach of delivery tickets and invoices promotes transparency and efficient record-keeping. Overall, this BPA establishes clear guidelines for service transactions, outlining obligations, limitations, and the necessary documentation for compliance and tracking purposes.
    The document outlines key contractual requirements and clauses related to payment processing, specific to the Department of Defense (DoD) contracts. It emphasizes the necessity for contractors to utilize the Wide Area Workflow (WAWF) system for electronic submission of payment requests and receiving reports, detailing procedures for registration and document submission using WAWF. Additionally, it includes references to various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses integral to maintaining compliance, reporting obligations, and ethical conduct. Among these, clauses address compensation requirements, contractor moral obligations, protection against various risks, and provisions that support small business participation. The entire structure is designed to ensure accountability, transparency in operations, and adherence to federal standards, ultimately aiming to safeguard the interests of the government and public in the procurement process. This document serves as a critical guide for potential contractors engaging in federal grants and proposals, highlighting their responsibilities and the regulatory framework governing their contracts.
    The document FA441725Q0060 is a Request for Quotation (RFQ) issued by the 1st Special Operations Contracting Squadron for lodging and rental services for military training at a live fire range from April 2025 to April 2028. The RFQ establishes a Blanket Purchase Agreement (BPA) mechanism, allowing for individual calls up to $25,000, with a total ceiling of $337,312. It is specifically restricted to small businesses, and interested parties must provide quotes that include technical specifications, past performance references, and pricing for specified line items. The primary evaluation criteria prioritize technical acceptability and past performance over price. Vendor submissions must demonstrate proximity to Hurlburt Field (under 1.5 hours’ drive) and include documentation of capabilities to provide necessary services. The government retains the right to cancel the solicitation without reimbursement for costs incurred. Additional provisions and clauses from the Federal Acquisition Regulation will apply, and proposals are due by March 7, 2025. This RFQ exemplifies the government's structured approach in procuring commercial services while ensuring compliance with established federal regulations.
    Lifecycle
    Title
    Type
    Live Fire Range 2025
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Construction of an Indoor Small Arms Range (ISAR) located in Grissom Air Reserve Base, IN.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of an Indoor Small Arms Range (ISAR) at Grissom Air Reserve Base in Indiana. This project involves comprehensive demolition and construction activities, including the management of hazardous materials and adherence to environmental safety standards, with an estimated construction cost between $10 million and $25 million. The ISAR is crucial for enhancing military training capabilities while ensuring compliance with federal regulations, particularly concerning worker safety and environmental protections. Interested contractors must submit their sealed bids electronically by March 4, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
    Sources Sought for Firing Range
    Buyer not available
    The Department of Homeland Security, through the United States Secret Service (USSS), is seeking information from vendors regarding the acquisition of a firearms range facility located within a 50-mile radius of its headquarters in Washington, D.C. The facility is intended for firearms certification and training for USSS personnel and must include specific features such as multiple shooting lanes, classrooms, and a two-floor shoot house, while also supporting various firearms calibers and adhering to safety regulations. This Request for Information (RFI) serves as a market research effort to assess industry capabilities and does not constitute a binding contract; responses are due by February 28, 2025. Interested parties can contact Matthew Sutton at matthew.sutton@usss.dhs.gov or by phone at 910-660-3492 for further details.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    Resilience Center and HAWC Admin Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses to provide administrative services for the Resilience Center and Health and Wellness Center (HAWC) at Hurlburt Field, Florida. The contract, valued at approximately $12.5 million, requires the contractor to supply two full-time personnel to manage and support programs aimed at enhancing the readiness and resilience of Airmen and their families. This procurement is critical for delivering structured wellness programs under the Commando Ready initiative, which plays a vital role in supporting military personnel's health and operational readiness. Interested parties must submit their proposals by February 24, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Dani English at dani.english@us.af.mil for further information.
    Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a federal contract focused on barrier maintenance services at Hurlburt Field, Florida. The contractor will be responsible for the preventive maintenance, inspections, and minor repairs of Air Force vehicle barrier systems, ensuring compliance with federal, state, and local regulations while maintaining a performance threshold of 96% operational readiness. This contract, set aside for small businesses, particularly Women-Owned Small Businesses, has an acquisition ceiling of $25 million and requires submissions by February 28, 2025, following a mandatory site visit on February 6, 2025. Interested parties can reach out to Peyton Cole at peyton.cole@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil for further details.
    Welcome Center Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Welcome Center Support Services at Hurlburt Field, Florida. The contract aims to provide non-personal human resources support, including scheduling appointments and managing travel vouchers for incoming military personnel, with a focus on enhancing operational efficiency and compliance. This opportunity is particularly significant as it promotes participation from small businesses, including Women-Owned Small Businesses, and emphasizes the importance of past performance in the evaluation process. Interested offerors must submit their proposals by February 24, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Dani English at dani.english@us.af.mil.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the F-35 Combined Weapons Facility at the Jacksonville Air National Guard Base in Florida. This project, designated under solicitation number W50S6Y25BA004, is set aside for small businesses and has an estimated contract value between $10 million and $25 million, focusing on site preparation, utility extensions, and facility construction in compliance with federal regulations. The initiative is crucial for enhancing military capabilities and modernizing defense infrastructure, with responses due by 10:00 AM on March 20, 2025. Interested contractors can reach out to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405 for further information.
    Force Protection Detachment Critical Skills Course High Risk Driving, Advanced Shooting, and Tactical Casualty Care
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the Force Protection Detachment Critical Skills Course, which includes high-risk driving, advanced shooting, and tactical casualty care training. The procurement aims to provide comprehensive training services for military personnel, focusing on essential skills required for operating in high-risk environments, including combat pistol marksmanship, evasive driving techniques, and first aid training. This training is crucial for Force Protection Detachment Special Agents and Foreign Service National Investigators, ensuring they are prepared to handle active shooter situations and potential kidnapping threats. Interested service-disabled veteran-owned small businesses must submit their proposals by March 3, 2025, with the contract period commencing on March 24, 2025, and concluding no later than March 2026. For further inquiries, potential bidders can contact Ms. Erika G. Barrera at erika.g.barrera.civ@army.mil or Craig Dogger at Craig.D.Dogger.civ@army.mil.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide non-personal commercial lodging accommodations within a 30-mile radius of Homestead Air Reserve Base (ARB), Florida. This procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for single and double occupancy hotel rooms during training periods, with a focus on maintaining high-quality living conditions and compliance with specified standards. The awarded BPAs will have a performance period of up to five years, with a minimum order value of $1.00, and must adhere to General Services Administration (GSA) Per Diem rates. Interested contractors must submit a capability statement to Contract Specialist Tahj Guilford at Tahj.Guilford.2@us.af.mil by January 7, 2029, at 4:00 PM EST, to be considered for this opportunity.
    Advanced Financial Management Course
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide an Advanced Financial Management Course aimed at preparing attendees for the Certified Defense Financial Manager Certification Exam. The training program will consist of three two-day sessions over three weeks, focusing on essential topics such as budgeting, cost analysis, and federal financial management, and will be conducted in-person at Vandenberg Space Force Base in California. This initiative is crucial for enhancing the financial management competencies of federal government and Department of Defense personnel, reflecting the government's commitment to developing skilled financial managers. Interested offerors must submit their quotations by February 27, 2025, with a total estimated contract value capped at $15 million, and are encouraged to contact Jake Hluska at james.hluska@spaceforce.mil for further inquiries.