This is a Sources Sought notice intended solely fo
ID: DOIDFBO250020Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of the Interior is seeking qualified contractors for a project involving the design and construction of Moving Armor Target (MAT) and Stationary Armor Target (SAT) emplacements at the Sugarloaf Multiuse training area at Fort Hood, Texas. The objective is to enhance military training capabilities by providing realistic target profiles while ensuring compliance with safety and operational standards. This procurement is particularly significant for improving the infrastructure of military training ranges, thereby supporting operational readiness for various military units. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Kavi Spence at kavi_spence@ibc.doi.gov or call 571-438-9703 for further details, with the contract performance period extending from July 7, 2025, to May 28, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications and guidelines for the Sugarloaf Multiuse (SLMU) training area at Fort Hood, Texas, focusing on the design and construction of Moving Armor Target (MAT) and Stationary Armor Target (SAT) emplacements. The primary purpose is to enhance military training capabilities by providing realistic target profiles for various combat scenarios. Key points include detailed requirements for MAT installations, such as track bed construction, protective berm design, drainage considerations, and electrical systems for target operations. The document specifies minimum wall heights, drainage slopes, and the necessary civil engineering considerations to ensure proper operation during adverse weather. For SAT configurations, it highlights size variations, installation materials, and power supply considerations while stressing the need for adequate drainage and clearance space. The document emphasizes rigorous adherence to safety and operational standards, including angles of fire and setbacks to protect equipment. It is essential for contractors to follow the provided guidelines to ensure compliance with military training requirements and safety regulations. Overall, the document serves as a technical resource for the U.S. Army Corps of Engineers and industry professionals involved in range design and construction.
    The Statement of Work (SOW) outlines the Sugarloaf Multi-Use Environmental Resilience Range Repairs at Fort Cavazos, Texas, aiming to enhance range infrastructure while minimizing impacts on military training. The project involves repairs to Moving Armor Target emplacements, Range Limit Markers, and utility relocations, with an overarching objective of reducing wildfire risks and ensuring training efficacy. Key tasks include conducting site visits, creating repair designs, and coordinating communication among stakeholders. Contractors must have experience in live fire range design and staff equipped with Master Gunner qualifications. The scope includes both mandatory repairs and optional enhancements, such as installing concrete pads for stationary targets and improving electrical services to limit markers. The document emphasizes compliance with Army regulations and safety protocols, outlining deliverables and a timeline that spans from contract award through site restoration. Contractors are required to submit a series of design documents and reports, with a final acceptance of the project leading to a one-year warranty period. Overall, the SOW supports Fort Cavazos' mission to maintain operational readiness for various military units while enhancing environmental resilience.
    This document is an amendment to a government solicitation, outlining the necessary procedures for acknowledging the amendment and making alterations to previously submitted offers. Offers must be acknowledged prior to the specified deadline through one of several methods, including direct acknowledgment on submitted copies or through separate correspondence referencing the relevant solicitation details. The document specifies that a modification to contracts/orders is made under specified authorities and mentions the effective period of performance extending from July 7, 2025, to May 28, 2026. It emphasizes that, apart from these modifications, all other terms and conditions of the existing agreements remain unchanged. The acknowledgment process is critical, as failure to comply could lead to offer rejection. Overall, this document contributes to ensuring clarity and compliance in the federal procurement process, reflecting standard practices in government RFPs and contract modifications.
    This document details a Request for Proposal (RFP) issued by the U.S. government for services related to commercial items, specifically aimed at repairing or altering non-building facilities. The solicitation includes key details such as relevant administrative codes, contact information (specifically for Kavi Spence), solicitation and order numbers, and the period of performance from July 7, 2025, to May 28, 2026. It indicates the NAICS code as 236220 and emphasizes that this acquisition is unrestricted, allowing participation from various businesses, including women-owned and service-disabled veteran-owned small businesses. The document outlines essential contractual elements such as payment terms, bid due dates, and delivery terms for services. It also references several provisions and clauses from the Federal Acquisition Regulation (FAR) that govern the contract. Overall, this RFP is structured to invite bids from qualified contractors while ensuring compliance with federal standards and administrative procedures geared towards effective service delivery.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Range 88 Dip Tank, Fort Bliss, Texas
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking qualified contractors for the construction of a new dip tank at Fort Bliss, Texas. This project aims to replicate the capacity of an existing dip tank and must comply with state and national codes across various disciplines, with an estimated cost between $1 million and $5 million and a duration of approximately 420 days. The opportunity is particularly focused on engaging small businesses, including those in the 8(a), HUBZone, SDVOSB, and WOSB categories, to gather information for the acquisition strategy ahead of the anticipated solicitation release in June 2025. Interested firms must submit their qualifications by March 3, 2025, and are encouraged to monitor the System for Award Management (SAM) for updates; for further inquiries, they may contact Richard Feller at richard.feller@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Fort Johnson Horizontal MATOC HUBZone Pool
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Horizontal MATOC HUBZone Pool, a presolicitation notice for a 100% small business HUBZone set-aside contract. This opportunity involves the establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at supporting horizontal construction projects, including the design and construction of roads, bridges, and various infrastructure improvements at Fort Johnson and potentially other USACE programs within the Southwestern Division. The anticipated Request for Proposal (RFP) will be issued around March 1, 2025, with a total shared capacity of $20 million and a minimum guarantee of $2,500, and interested HUBZone firms are encouraged to monitor the SAM.gov website for updates and to ensure their registration is current. For further inquiries, contact Demetrius Brooks at demetrius.d.brooks@usace.army.mil or Robert E. Buchanan at CESWF-CT-PreawardProposal@usace.army.mil.
    Integrated Design Build Initial Outfitting (iDBIO) Multiple Award Task Order (MATOC) 6.0 Design Build (DB) Construction in Support of Defense Health Agency (DHA)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Integrated Design-Build Initial Outfitting (iDBIO) construction services in support of the Defense Health Agency's (DHA) healthcare facilities modernization program. This initiative aims to renovate and construct healthcare facilities, including hospitals and clinics, with an estimated contract value of $2.5 billion over seven years, encompassing task orders ranging from $2 million to $90 million. The government encourages participation from small businesses, including those classified as 8(a), HUBZone, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses, to ensure adequate competition. Interested contractors must register in the System for Award Management (SAM) and submit their capabilities by March 4, 2025, with the official solicitation expected to be issued around December 2025. For further inquiries, contact Terry Shaw at terry.l.shaw@usace.army.mil or Marcus D. Mitchell at marcus.d.mitchell@usace.army.mil.
    SOURCES SOUGHT: Basic Military Training (BMT), Dinning & Classroom Facility (DCF), JBSA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the construction of a Dining and Classroom Facility (DCF) as part of the Basic Military Training (BMT) at Joint Base San Antonio (JBSA) in Texas. This procurement aims to enhance the training environment by providing essential facilities that support the educational and dining needs of military personnel. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, highlighting its significance in supporting military readiness and training operations. Interested parties can reach out to Christine Noriega at christine.noriega@usace.army.mil or Linda Eadie at linda.d.eadie@usace.army.mil for further information regarding this opportunity.
    Live Fire Range 2025
    Buyer not available
    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.
    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.
    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.
    FY25 Military Working Dog Kennel on Fort Cavazos, Texas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Military Working Dog Kennel at Fort Cavazos, Texas. This procurement aims to establish a facility that meets the specific needs of military working dogs, which are crucial for various defense operations and security measures. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, highlighting its significance in supporting military infrastructure. Interested parties can reach out to Kristi Morris at kristi.l.morris@usace.army.mil or call 817-886-1841 for further details regarding this sources sought notice.
    63RD Region 3 MATOC, 5 Years
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the 63rd Region 3 Multiple Award Task Order Contract (MATOC) over a five-year period. This procurement aims to engage contractors for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for Historically Underutilized Business (HUBZone) Sole Source firms, emphasizing the government's commitment to supporting small businesses in underutilized areas. Interested parties can reach out to Neil Hogie at neil.e.hogie.civ@army.mil or 502-898-3102, or Steven Bailey at steven.m.bailey2.civ@army.mil or 502-898-4525 for further details.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including removal, installation, repair, and sealing of roofs across multiple facilities, ensuring that all work meets local policies, safety standards, and industry codes. This initiative is crucial for maintaining the integrity and watertight condition of Army buildings, with a projected contract value between $10 million and $25 million over a five-year duration, potentially extendable by six months. Interested contractors should monitor Sam.gov for the forthcoming solicitation, expected to be released by November 2024, and can direct inquiries to Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil.