OFO, HOUSTON FIELD OFFICE & SEAPORT-FIRING RANGE
ID: 20148536Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

LEASE/RENTAL OF RECREATION FACILITIES (NON-BUILDING) (X1PA)

Set Aside

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

    The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking qualified contractors to provide a firing range facility for training purposes at the Houston Field Office and Seaport. The facility is required to operate from March 1, 2025, to February 28, 2026, with the possibility of four additional option years, and must meet all federal, state, and local safety and environmental standards while featuring multiple firing lanes and training spaces. This procurement underscores the importance of effective training for CBP personnel while adhering to rigorous safety regulations, ensuring that the facility is secure and accessible only to authorized personnel. Interested contractors should contact Tomika Brown at Tomika.Brown@cbp.dhs.gov or call 317-614-4687 for further details, as the contract will be awarded under a Total Small Business Set-Aside with a Firm Fixed Price structure.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) for the supply of services related to a Firing Range at Seaport, specifically for Customs & Border Protection. It includes a detailed schedule of supplies/services, and delivery dates, along with essential contract clauses and solicitation provisions. Key aspects focus on ensuring compliance with various regulations and clauses incorporated by reference, including maintenance of the System for Award Management, restrictions on contracting with entities providing specific telecommunications and surveillance equipment, and adherence to safety data reporting requirements. The contract is a Firm Fixed Price Purchase Order, effective from March 1, 2025, to February 28, 2030. It includes provisions for payment processes, security screening for contractors entering facilities, and obligations around hazardous materials. Overall, this RFP emphasizes regulatory compliance, funding management, and operational safety, reflecting the federal government’s rigorous procurement framework.
    The document is a Quotation Pricing Sheet for the CBP OFO Houston Firing Range contract, detailing the pricing structure for a federal government procurement initiative. It outlines the contract's Period of Performance, which spans from March 1, 2025, to February 28, 2030, including a Base Year and four Option Years, each lasting 12 months. The sheet is intended for potential offerors, providing spaces to fill in the monthly prices for each period, leading to the total contract price. Additionally, it requires the offeror's name and Unique Entity Identifier (UEI). The document's structure is straightforward, aimed at facilitating competitive bidding in line with federal RFP procedures, thus allowing the government to assess pricing proposals for this specific service contract. It underscores the importance of transparency and cost effectiveness in government contracting.
    The Department of Homeland Security's U.S. Customs and Border Protection requires a firing range facility for training its officers in the Houston area, with operations scheduled from March 1, 2025, to February 28, 2026, and with four option years. The facility must comply with all federal, state, and local safety and environmental standards. It should feature multiple firing lanes capable of handling various firearms qualifications, training space for defense tactics, and be equipped with necessary ventilation and safety measures to limit lead exposure. The contractor is responsible for maintaining operational standards, providing cleaning and custodial services, managing hazardous waste disposal, and ensuring the facility's security—accessible exclusively to CBP personnel during scheduled hours. Additionally, upon request from CBP, the contractor must provide safety documentation and regular maintenance reports. This initiative underlines the DHS's commitment to training its agents effectively while adhering to rigorous safety regulations.
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is seeking proposals for a firing range facility in Houston to support officer training requirements from March 1, 2025, to February 28, 2026, with four optional renewal years. The range must meet federal, state, and local standards and be operational weekdays from 6 AM to 4 PM, excluding holidays. Requirements include a firing range with 8-10 individual lanes, capability for M4 qualifications, classroom space for 12 students, and an adjoining "shoot house" for tactical training. Safety measures include handling hazardous materials, maintaining clean environments, and ensuring lead contamination control. Contractors must provide operational equipment, cleaning services, and a maintenance plan to uphold strict safety standards. Deliverables include a project management plan, safety licenses, and a contractor staff roster. The document underscores the need for compliance with environmental regulations and quality assurance to facilitate effective CBP firearms and tactical training.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Seattle Washington Firing Range Services
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration, is seeking a qualified contractor to provide firing range services in Renton, Washington, within 12 miles of downtown. The facility must meet stringent safety and operational standards, including a live-fire training area with at least 10 firing positions, compliance with lead exposure regulations, and the ability to conduct low-light training, among other requirements. This contract, which is set aside for small businesses, emphasizes the importance of maintaining high safety standards for firearms training, with a minimum of 260 hours of use per year required for the DHS. Interested parties should contact Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov for further details regarding the proposal submission process.
    U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Directorate 9mm Duty and Reduced Hazard Qualification Ammunition
    Buyer not available
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking proposals for the procurement of 9mm Duty and Reduced Hazard Qualification ammunition through Request for Proposals (RFP) 70B06C25R00000018. The contract aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement to support the operational needs of CBP officers, with a focus on ensuring compliance with rigorous performance and safety standards. This procurement is critical for maintaining the safety and effectiveness of law enforcement operations, with a contract period anticipated from September 1, 2025, to August 31, 2030, and a maximum contract value of nearly $100 million. Interested parties must register at SAM.gov for updates and submit feedback on the draft RFP by February 18, 2025, to the primary contact, Jared A. Tritle, at jared.a.tritle@cbp.dhs.gov.
    Small-Scale, Handheld, and Chemical Identification Equipment Training
    Buyer not available
    The U.S. Department of Homeland Security, Customs and Border Protection (CBP), is seeking information from vendors regarding training for Small-Scale, Handheld, and Chemical Identification Equipment as part of its Non-Intrusive Inspection (NII) Program. The objective is to establish a Blanket Purchase Agreement for comprehensive training that enhances the proficiency of officers in operating various handheld devices used for identifying anomalies in travelers and conveyances, with courses covering equipment such as Gemini, MX908, and DrugIQ. This training is crucial for maintaining effective border security operations and will be conducted at designated locations domestically and internationally from late April 2025 to April 2030. Interested vendors must submit their responses, including a Capabilities Statement and pricing, by March 5, 2025, to the designated contacts: Aga Frys, Bryan Currier, and Kaitlin Merli via email.
    Advanced Trial Advocacy Training
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking proposals for Advanced Trial Advocacy Training aimed at enhancing the litigation skills of its attorneys. This training program will span three days in a simulated courtroom environment, focusing on experiential learning through case studies, practical exercises, and mentorship, with the goal of improving trial preparation and ethical practices. The selected contractor will develop the curriculum and provide experienced faculty, with the first training session expected to commence no earlier than May 2025. Proposals are due by February 20, 2025, and interested parties should contact Sharron White at Sharron.White@cbp.dhs.gov for further details.
    FCI Three Rivers Remodel Firing Range Dirt Work
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified small businesses to provide earthwork services for the remodeling of the firing range at the Federal Correctional Institution (FCI) in Three Rivers, Texas. The project involves arranging the berm according to the Federal Bureau of Prisons' technical design guidelines, with a focus on compliance with federal regulations and safety standards. This procurement is significant as it supports the government's commitment to small business participation while ensuring the necessary infrastructure for correctional facilities is maintained. Interested vendors must submit their quotes by February 14, 2025, with the anticipated award date on or about February 24, 2025. For further inquiries, contact Brandy Perez at b5perez@bop.gov or Walter Soto-Ruiz at wsotoruiz@bop.gov.
    Mud trap waste and septic tank system pumping and disposal services
    Buyer not available
    The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking proposals for the removal and disposal of sludge waste from grit traps and sewage septic systems at Border Patrol Stations in South Texas. This procurement is exclusively set aside for small businesses and requires compliance with federal regulations, including labor standards and subcontracting limitations. The services are critical for maintaining sanitary conditions at border facilities, ensuring operational efficiency and compliance with environmental standards. Proposals must be submitted electronically by February 18, 2025, and interested vendors must be registered in the System for Award Management (SAM). For further inquiries, contact Caroline Manning at caroline.r.manning@cbp.dhs.gov or call 915-585-4438.
    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.
    ICE Facility Condition Assessments
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking qualified small businesses to conduct Facility Condition Assessments (FCA) for its owned facilities across the United States and its territories. The primary objective of this procurement is to evaluate the conditions of ICE facilities, establish maintenance and repair plans, and extend the lifespan of building assets, while ensuring compliance with American Correctional Association (ACA) standards. This initiative underscores ICE's commitment to maintaining secure and efficient facilities, emphasizing the importance of quality management and effective communication in government contracting. Interested firms must submit their qualifications, including relevant project experiences and a narrative approach, by February 18, 2025, to the designated DHS contacts, with no contract resulting from this sources sought notice.
    MAINTENANCE SUPPORT SERVICES FOR THE FIRE TRAINER T1000 LIVE FIRE TRAINING SYSTEM
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking maintenance support services for the Fire Trainer T1000 Live Fire Training System at the Training Center in Yorktown, Virginia. The primary objective is to ensure the operational readiness of this training system, which is critical for training over 200 Coast Guard personnel annually, while minimizing disruptions to training activities. The contract will require preventive maintenance, corrective support, and compliance with government regulations, with a duration of one year and four optional renewal periods. Interested contractors should contact Sarah North at sarah.e.north@uscg.mil or (206) 815-3212 for further details.
    FLETC Artesia Construction IDIQ Contract
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified contractors for the FLETC Artesia Construction IDIQ Contract in Artesia, New Mexico. The procurement aims to secure services, labor, and materials for construction, maintenance, and repairs at various buildings and structures within the FLETC, with a contract duration of 12 months and four optional 12-month periods, plus a potential 6-month extension. This HUBZone small business set-aside contract has a guaranteed minimum of $50,000 and a maximum estimated value of $33 million over its lifetime, with individual task orders typically ranging from $2,000 to $750,000. Interested parties should contact William Hilliard at william.a.hilliard@fletc.dhs.gov and monitor www.sam.gov for the solicitation package, expected to be posted within 2-4 weeks, with proposals due approximately 45 days later.