Upgrade Firing Berm at Victor & Echo Ranges - Fort Devens, MA
ID: W15QKN-25-R-A014Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Site Preparation Contractors (238910)

PSC

REPAIR OR ALTERATION OF UNIMPROVED REAL PROPERTY (LAND) (Z2PC)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 5:00 PM UTC
Description

The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is seeking sources for construction services to upgrade the firing berms at the Victor and Echo Ranges located at Fort Devens, Massachusetts. The project aims to enhance safety by addressing erosion issues around existing firing pits, which includes constructing a 7-foot-wide berm level with existing concrete platforms and installing composite posts for safety barricades. This initiative is crucial for maintaining operational safety and training readiness for military personnel. Interested parties, particularly those classified as Historically Underutilized Business (HUBZone) small businesses, must submit their capabilities and relevant information to the primary contact, Mitchell E. Douglas, via email by 12:00 p.m. Eastern Standard Time on April 3, 2025.

Point(s) of Contact
Jasmyne Peterson, Contracting Officer
Jasmyne.C.Peterson.civ@army.mil
Files
Title
Posted
Apr 2, 2025, 6:05 PM UTC
The Live Fire Range Update outlines a project to construct a safety berm at the Devens Reserve Forces Training Area (RFTA) in Massachusetts, aimed at addressing safety hazards arising from erosion around existing firing pits on the range. The project involves creating a 7-foot-wide berm that is level with the existing concrete platforms and includes the installation of composite posts for holding safety barricades. Key tasks include site assessment, construction planning, earthwork, restoration, and safety measures. The contractor is responsible for site preparation, adherence to environmental regulations, and effective communication throughout the project, with deliverables including a construction schedule, meeting minutes, and progress reports. The contract is set for one year, and access to the installation is contingent on meeting security and training requirements. This SOW highlights the government’s commitment to maintaining operational safety and training readiness for military personnel.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Construct Automated Record Fire (ARF+) Range
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is soliciting bids for the construction of an Automated Record Fire (ARF+) Range at Fort Bragg, North Carolina. This project involves the development of a comprehensive training facility that includes a 16-lane ARF+, control areas, classrooms, and various supporting structures, aimed at enhancing the training capabilities for soldiers using advanced weaponry, including the Next Generation Squad Weapon (NGSW). The construction is critical for meeting military training and qualification requirements, with a project magnitude estimated between $10 million and $25 million. Interested contractors must submit their bids by April 21, 2025, and are encouraged to attend a pre-bid site visit on April 3, 2025. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or David Lione at david.j.lione@usace.army.mil.
Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for an environmental services contract focused on Remedial Action Operations at the former Fort Devens and the Sudbury Training Annex in Massachusetts. This contract, valued at up to $25 million, will encompass long-term monitoring, operations and maintenance activities, remedial action operations, and community relations support, particularly addressing contaminants such as solvents, petroleum, metals, and per- and polyfluoroalkylated substances (PFAS). The procurement is part of the Base Realignment and Closure (BRAC) Program and is set as a Single Award Task Order Contract (SATOC) under the U.S. Small Business Administration's 8(a) Business Development Program, with a five-year ordering period following contract award. Interested parties can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details.
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.
Installation of Concrete Pads, Utilities, and Provision and Installation of Prefabricated Shelter, Townshend Lake, Townshend, VT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is issuing a presolicitation notice for the installation of concrete pads, utilities, and the provision and installation of a prefabricated shelter at Townshend Lake in Townshend, Vermont. The project requires the contractor to furnish all necessary labor, materials, and equipment to reestablish existing water, sewer, and electric connections, install new concrete pads, and procure and install a fiberglass shelter. This construction effort, valued between $25,000 and $100,000, is crucial for enhancing the recreational facilities at Townshend Lake. Interested small business vendors must have an active registration in SAM.gov at the time of submission, and the solicitation documents will be available online around April 9, 2025. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
Winhall Brook Campground Restroom Renovation, Ball Mountain Lake, Londonderry, VT.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the renovation of restroom facilities at the Winhall Brook Campground located in Londonderry, Vermont. The project involves the restoration of three restroom facilities that were damaged during storms in July 2023, requiring updates to fixtures, interior spaces, and the construction of new shower stalls, which will necessitate alterations to the roofline. This renovation is crucial for enhancing visitor experiences and ensuring compliance with safety and environmental standards. Interested contractors, particularly small businesses, should note that the estimated project cost is between $500,000 and $1,000,000, with a bid submission deadline now set for April 22, 2025. For further inquiries, potential bidders can contact Ann Adley at ann.m.adley@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL.
Request for Information (RFI) for Masonry Target Wall for ERDC GSL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking information from qualified vendors for the construction of masonry target walls at the Big Black Test Site in Vicksburg, Mississippi. The project involves constructing multiple 8 ft x 8 ft masonry wall sections within steel frames, adhering to stringent quality control and testing protocols as outlined in the attached Draft Performance Work Statement (PWS). This construction is critical for establishing robust masonry structures for military use, with a contract expected to be awarded as a Firm Fixed Price (FFP) arrangement. Interested parties must submit their responses, including company details and projected costs, by 3:00 PM CST on April 15, 2025, to Jennifer Hoben and David Ammermann via email.
MOTSU Berm Repair FY25
Buyer not available
The Department of Defense, through the Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU Berm Repair project for fiscal year 2025 at the Military Ocean Terminal at Sunny Point (MOTSU) in Brunswick County, North Carolina. The primary objective of this procurement is to conduct site preparation work aimed at improving deficient earthen berms that serve as barriers between ammunition and explosive storage areas, which has been identified as a mission-critical project. This initiative underscores the importance of maintaining safety and operational integrity at military storage facilities. Interested small businesses are encouraged to reach out to Jason Smith at jason.s.smith2@usace.army.mil or 910-251-4424, or Karri Mares at Karri.L.Mares@usace.army.mil or 910-251-4863 for further details, as this opportunity is set aside for total small business participation.
SOURCES SOUGHT NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) at Joint Base Myer-Henderson Hall in Virginia. The project involves constructing standard design barracks to accommodate 200 soldiers, including essential facilities such as cybersecurity measures, fire protection systems, and energy monitoring controls, while also ensuring compliance with Department of Defense standards for antiterrorism and sustainability. This opportunity is significant for contractors experienced in large-scale construction projects, particularly in urban settings, with an estimated contract value between $100 million and $250 million. Interested parties must submit their qualifications by 11:00 AM EST on May 7, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email.
Berm Fill Material
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of 17,500 cubic yards of berm fill material to be delivered to Hurlburt Field, Florida. The fill material must consist of a sand and clay mixture, free from organic substances, and suitable for construction purposes such as highway maintenance and elevating low-lying areas. This procurement is crucial for supporting ongoing construction and maintenance activities at the base, ensuring compliance with construction standards. Interested small businesses must submit written offers by April 15, 2025, with quotes valid through May 31, 2025. For further inquiries, contact Lorenzo Small at lorenzo.small@us.af.mil or Patrick O. Eldridge at patrick.eldridge.1@us.af.mil.
Spillway Bridge Painting and Concrete Repairs, Barre Falls Dam, Hubbardston, MA
Buyer not available
The U.S. Army Corps of Engineers, New England District, is soliciting proposals for the painting and concrete repairs of the spillway bridge at Barre Falls Dam in Hubbardston, Massachusetts. The project requires contractors to provide all necessary labor, materials, equipment, and transportation to clean, prepare, and paint the bridge's steel components, which include lead paint removal, as well as replace expansion joint sealants and address concrete spalling as optional tasks. This initiative is crucial for maintaining the structural integrity and safety of the dam, reflecting the Army Corps' commitment to public infrastructure. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by April 14, 2025, with an estimated contract value between $100,000 and $250,000. For further inquiries, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.