Target Retrieval System
ID: FA252125QB042Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Sporting and Athletic Goods Manufacturing (339920)

PSC

ATHLETIC AND SPORTING EQUIPMENT (7810)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal 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 a turn-key solution that includes the installation of 10 shooting booths equipped with bulletproof dividers, collapsible barricades, and integrated storage for weapon magazines, all operable from a single computer. This modernization effort is crucial for enhancing training efficiency and safety at the facility, ensuring compliance with safety and security regulations. Interested small businesses must submit their proposals, including technical capabilities and pricing, by the specified deadlines, and can contact Gage Belyeu at gage.belyeu.2@spaceforce.mil or Ricardo Diaz at ricardo.diaz.14@spaceforce.mil for further information.

    Files
    Title
    Posted
    The document is a combined synopsis and solicitation under solicitation number FA252125QB042, aimed at small businesses for the removal and disposal of an existing target retrieval system and the installation of a new one at Patrick SFB, FL. It includes the bid schedule with two main line items: installing the new system and removing the old one, both set for quantity one. The solicitation requires vendors to submit a detailed technical quote showing their capability to meet the requirements, including the total price, delivery time, and compliance with various federal procurement regulations. Key dates include the deadline for questions by April 23, 2025, and the submission of quotes by May 1, 2025. The government intends to evaluate quotes based on technical acceptability, price, and past performance, aiming to award a firm-fixed-price contract. The document emphasizes compliance with federal regulations, small business set-asides, and the necessity for bidders to acknowledge all terms and conditions. This solicitation reflects the federal government's commitment to engaging small businesses while ensuring a transparent and competitive bidding process.
    This document is a combined synopsis and solicitation for the removal and installation of a target retrieval system at Patrick SFB, FL, under solicitation number FA252125QB042. The announcement serves as the sole request for proposals, with no formal solicitation document to be issued. This solicitation is a total 100% set-aside for small businesses, falling under NAICS code 339920, with a size standard of 750 employees. Proposals are being solicited for two primary items: the installation of a new target retrieval system and the removal of the existing system, as specified in the Statement of Work dated February 27, 2025. Funding is currently unavailable; thus, no contract will be awarded until funds are secured. Quotations must be submitted by May 8, 2025, with technical quotes demonstrating capability, pricing details, and terms of warranty required. The evaluation will be based on technical acceptability, price, and past performance, emphasizing the importance of compliance with FAR provisions. Offerors must adhere to all contractual requirements and regulations outlined, ensuring all submissions are proper and complete. The document highlights the government's rights to cancel the solicitation and provides necessary procedures for questions and submissions.
    The document is a combined synopsis and solicitation for a project aimed at removing an existing target retrieval system and installing a new one at Patrick SFB, FL. The solicitation number is FA252125QB042, and it is exclusively set aside for small businesses with a NAICS code of 339920. Proposals are requested with the caveat that no awards will be made until funding is available. The responders should submit quotes detailing item descriptions, quantities, and prices, including technical capabilities, terms of warranty, and past performance information. Submissions must follow specific guidelines outlined in the FAR provisions, ensuring compliance with regulations related to small business representation and required certifications. The government intends to evaluate bids based on technical acceptability, price, and past performance, with the option to conduct discussions if necessary. Bidders are advised about the cancellation rights of the government and the implications of not being reimbursed for proposal costs if the solicitation is withdrawn. Overall, the document outlines the critical requirements and procedures for vendors seeking to engage in this government contracting opportunity.
    The document FA252125QB042 pertains to the Target Retrieval System and presents a series of questions and answers related to the setup and specifications for a target range at Patrick Space Force Base. Key points include the confirmation that dividers exist between shooters to maintain safety, with a scheduled site visit on April 28, 2025, for potential contractors to assess existing conditions. The document affirms that each target system is supplied with electricity, with specific details on the electrical conduit location ensuring functionality for target sled chargers. This engagement indicates the government's preparations for a procurement process and emphasizes the importance of understanding current infrastructure before implementing upgrades or modifications. Overall, this file serves as a resource for prospective bidders, outlining essential logistical information critical to the RFP process.
    The document FA252125QB042 outlines the key considerations and clarifications regarding a Request for Proposal (RFP) for a Target Retrieval System at Patrick Space Force Base (SFB). It addresses various questions posed by potential bidders, confirming the presence of dividers between shooting lanes and the availability of electrical power for the target systems. A site visit is scheduled for April 28, 2025, allowing bidders to assess existing conditions. The electrical setup is clarified, emphasizing that target sleds are powered through specific breaker numbers. It is noted that the awarded contractor must collaborate with the Civil Engineering Squadron to ensure compliance with safety and technical standards for all electrical installations. The document serves as an essential guide for bidders to understand the project requirements and site specifics prior to submission.
    The Target Retrieval System Statement of Work outlines the necessity for replacing an outdated target retrieval system at the 45th SFS CATM section's firing range due to safety concerns and degraded performance. The new system aims to enhance training efficiency by reducing the need for students to walk past hazardous materials and improving overall learning conditions. The project requires the installation of 10 retrieval points capable of reaching 75 meters, featuring bulletproof shooting booths with dividers, collapsible barricades, and integrated storage solutions. The target retrieval system's operation will be centralized on one computer and supported by a mobile tablet, allowing individual target adjustments. Installation must be completed within 45 days of contract award, with all labor and equipment provided by the contractor. The document emphasizes compliance with safety regulations, outlines delivery and installation protocols, and stipulates contractor responsibilities, including waste management. This summary highlights the project’s focus on modernizing military training facilities while ensuring safety and operational efficiency.
    Lifecycle
    Title
    Type
    Target Retrieval System
    Currently viewing
    Solicitation
    Similar Opportunities
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Dept Of Defense
    The U.S. Space Force (USSF) is seeking proposals for the Space Based Interceptor (SBI) Level of Effort 2M through a Request for Prototype Proposal (RPP) under the Department of Defense. This initiative focuses on developing kinetic midcourse solutions, with the intention to competitively award multiple fixed-price Other Transaction Agreements (OTAs) in accordance with relevant U.S. Code provisions. The SBI program is critical for enhancing the U.S. defense capabilities in space, and while this opportunity is not set aside for small businesses, participation from small and disadvantaged businesses is encouraged. Interested companies must submit requests for access to the RPP Bidders Library by December 15, 2025, and can contact Brent Jorgensen at brent.jorgensen.1@spaceforce.mil for further information.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    Small Arms Marksmanship Trainer (SAM-T)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking industry input for the Small Arms Marksmanship Trainer (SAM-T) technology refresh of Device No. 3F89, located at the Naval Recruit Training Command (RTC) in Great Lakes, IL. The objective is to gather information on commercially available solutions that can expand the current 60-lane training system to 120 untethered lanes, replicating the M18 service pistol in accordance with PRF 250070, while assessing the need for any facility modifications to support this upgrade. The SAM-T is crucial for Navy recruits to meet their small arms training and qualification requirements. Interested parties are encouraged to provide detailed assessments and scalability information, and can contact Brittney Behr at brittney.n.behr.civ@us.navy.mil or 407-380-4686 for further inquiries.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products, technologies, and services, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. Interested offerors are invited to participate in a multi-phased submission process, with key deadlines for submissions extending into December 2025, and are encouraged to contact Crystal Price or Cassie DeBree for further information regarding the solicitation and requirements.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    System Engineering and Integration Support Stopgap
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide System Engineering and Integration Support under a stopgap contract at Patrick AFB, Florida. This procurement is justified under FAR 8.405-6(a)(1)(i)(B), indicating that only one source can meet the unique and highly specialized requirements for these services. The selected contractor will play a critical role in ensuring the quality and effectiveness of engineering and technical support services essential for ongoing operations. Interested parties can reach out to primary contact Kenyatta L. Harper at kenyatta.harper@spaceforce.mil or by phone at 321-494-5175 for further details.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.