Dallas Firing Range Services
ID: 70T05025Q6115N004Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONMISSION ESSENTIALSSpringfield, VA, 20598, USA

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

LEASE/RENTAL OF RECREATIONAL BUILDINGS (X1FB)

Set Aside

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

    The Department of Homeland Security, specifically the Transportation Security Administration, is seeking qualified vendors to provide firing range services under a combined synopsis/solicitation for commercial items. The procurement requires the use of an established indoor firearms range located within a 17-mile radius of Airline Drive and Freeport Parkway in Texas, which must comply with all applicable regulations, including OSHA and EPA standards for lead exposure. The selected facility must meet specific operational requirements, including a minimum of 10 firing points, automated target systems, and secure storage for ammunition, while being available for DHS personnel for 312 hours annually. Interested parties must submit their quotes by April 25, 2025, to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov, with the evaluation based on the lowest price technically acceptable (LPTA) selection process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for Women-Owned Small Business (WOSB) services related to contract number 70T05025Q6115N004 aimed at providing firing range services over a five-year period. The solicitation includes numerous details essential for contractors, such as requisition number, award date, offer due date, and point of contact information. It identifies the need for a robust continuity of operations plan and emphasizes compliance with various federal regulations and clauses, including those related to small business participation and cybersecurity safeguards. The scope encompasses firm-fixed-price contracts, listing supplies and services, quantities, and total award amounts detailed through a structured pricing schedule. It also outlines roles for the Contracting Officer and representatives who will monitor contract performance. Invoicing requirements highlight that contractors must submit detailed invoices to the U.S. Coast Guard Finance Center, emphasizing the importance of accuracy in billing and compliance with federal prompt payment guidelines. Overall, the document serves to guide potential contractors through the bidding process while ensuring adherence to federal procurement standards and regulations essential for the Transportation Security Administration's operational requirements.
    The Department of Homeland Security (DHS) seeks an established indoor firearms range within a 17-mile radius of Airline Drive and Freeport Pkwy, accessible within a 20-minute drive. The range must comply with all applicable local, state, and federal regulations, including OSHA and EPA standards for lead exposure, and vendors must provide current lead exposure testing or OSHA compliance certifications. Operational requirements include a minimum of 10 firing points, automated target systems, capacity for various ammunition types, low-light training capabilities, and secure storage for ammunition and equipment. The facility must also have adequate ventilation, a bullet trap system, fire suppression, CCTV, and be available for DHS personnel 312 hours annually, mainly Wednesdays and Thursdays from 8:00 AM to 11:00 AM, with flexibility for scheduling changes. DHS will provide ammunition, targets, and instructors. The selected range must also be willing to sign a Non-Disclosure Agreement regarding training materials and CCTV footage.
    The Department of Homeland Security (DHS) seeks an established firearms range within 10 miles of Airline Drive and Freeport Parkway for mandatory training and qualifications. The range must adhere to local, state, and federal regulations, particularly regarding lead exposure and OSHA compliance. Essential operational requirements include an indoor, all-weather facility with distinct shooting positions, a minimum of 20 firing points, automated target systems, and options for low-light training. Additional stipulations cover safety measures such as ventilation systems, fire suppression, secure storage areas, and designated clean zones for firearms maintenance. The range must accommodate DHS's use of approximately 312 hours annually, with flexibility for scheduling. Proposed vendors are required to submit certifications for lead exposure testing and adhere to confidentiality protocols regarding training content. Overall, the contract aims to enhance DHS's training capabilities while ensuring strict compliance with safety and operational standards.
    The Department of Homeland Security (DHS) is seeking an established firearms range for conducting mandatory quarterly qualifications and training for its personnel in the Dallas area. The range must be within a 10-mile radius of Airline Drive and Freeport Parkway and accessible within a 15-minute drive. It must comply with applicable local, state, and federal regulations, particularly regarding lead exposure and OSHA standards. Key operational requirements include a temperature-controlled indoor facility equipped for all-weather use, with at least 20 distinct firing points and advanced mechanical target systems. The range must accommodate various ammunition types and facilitate tactical training, low-light drills, and student instruction. DHS plans to utilize the range for an estimated 1,152 hours annually, averaging 12 days per month, with a total of approximately 63,000 rounds fired per quarter. The selected facility must provide secure storage for equipment and ammunition, adhere to a Non-Disclosure Agreement regarding training content, and ensure comprehensive safety measures including ventilation and fire suppression systems. This RFP highlights the DHS's commitment to ensuring safe and effective firearms training while maintaining compliance with safety and environmental regulations.
    The Department of Homeland Security (DHS) is seeking an established indoor firearms range for conducting quarterly qualifications and training, located within a 17-mile radius of Airline Drive and Freeport Parkway, and accessible within a 20-minute drive. The facility must adhere to local, state, and federal regulations regarding safety and lead exposure, with required certifications submitted in the proposal. Key operational specifications include a temperature-controlled environment, adequate firing points, advanced target systems, and accommodations for various firearms and drill types. The range must ensure public safety by keeping firing lanes out of public view, offering sufficient parking, and providing access to restroom facilities. DHS will use the range regularly, with an expectation of approximately 312 hours of training annually, and will supply ammunition and instructors. Additional training sessions may be arranged as needed, but contract changes must be made formally. The facility must also maintain strict security and confidentiality protocols, including CCTV monitoring and compliance with OSHA and EPA standards. This RFP outlines the DHS's commitment to comprehensive firearms training and underscores the importance of meeting safety and operational standards in the contract.
    The document addresses questions regarding Solicitation 70T05025Q6115N004, a Request for Quote (RFQ) for services. Key clarifications include instructions for pricing completion in Section II of the SF1449 form, confirming no separate attachment for pricing structure. The requirement is for a base year plus four option years. The project is a recompete, with the previous contract (70T05021P6115N003) having expired. Additionally, the government has extended the quote submission deadline to April 25th. This Q&A facilitates bidder understanding of the RFP's administrative and contractual details.
    The document addresses inquiries received regarding the Request for Quote (RFQ) 70T05025Q6115N004. Key clarifications include that pricing must be submitted in Section II of the SF1449 form and that the proposal is for one base year with four additional option years. It is noted that this requirement follows the expiration of a previous contract (70T05021P6115N003) and is not a new project. Furthermore, the government has granted an extension for quotes to be submitted by April 25th. The responses outlined demonstrate a commitment to transparently communicating project parameters and timelines to potential contractors, ensuring clarity in the procurement process. This document illustrates the standard procedure for managing queries related to government contracts, enabling efficient engagement with vendors for ongoing service needs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F5 Renewal Software and Maintenance Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure F5 Renewal Software and Maintenance Support. This opportunity involves a Justification and Approval process that restricts the number of sources eligible for consideration, indicating a preference for a brand-name solution in accordance with TSA procedures. The software and maintenance services are critical for the TSA's enterprise information technology operations, ensuring the continued functionality and security of their IT systems. Interested vendors can reach out to Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371 for further information regarding this procurement.
    Field Operations & CUstomer Support (FOCUS)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is initiating a pre-solicitation for the Field Operations & Customer Support (FOCUS) Task Order, aimed at establishing an enterprise-wide IT help desk and specialist support. This procurement will involve providing a Single Point of Contact for IT services across TSA's extensive operations, which support approximately 85,000 employees and contractors at various locations, including airports and headquarters. Interested vendors must gain access to a Virtual Reading Room (VRR) containing Sensitive Security Information (SSI) to prepare their proposals, requiring the designation of a Senior Corporate Official and successful completion of a Security Threat Assessment for up to three individuals by December 18, 2025, at 8:00 AM EST. For further inquiries, vendors can contact Evan Morcom or Hunter Howery via their respective emails.
    M4 Rifle and Parts (5.56x45mm NATO)
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking information from manufacturers and distributors regarding the procurement of M4-style rifles, parts, and accessories, as well as armorer training. The objective is to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to augment or replace existing rifles used for duty and training, ensuring compatibility with MILSPEC standards and addressing specific performance requirements outlined in the draft Statement of Work. These rifles and parts are critical for law enforcement operations, and the contract may also be utilized by other federal agencies. Interested parties should direct inquiries to John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov, and note that this Request for Information (RFI) is for planning purposes only, with no commitment to issue a Request for Proposal (RFP) at this time.
    Replacement Duty Weapons System
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) is soliciting proposals for a Replacement Duty Weapons System to enhance security for its Police Operations Division. The procurement specifically seeks brand-name Glock 47 COA Full-Size and Glock 45 COA Mid-Size pistols, equipped with electronic optics, along with various Safariland and Bianchi holsters and Streamlight weapon lights. This acquisition is critical for ensuring the safety of employees and facilities, with a requirement for delivery within 120 days post-award. Interested vendors should contact LaQulla Williams at Laqulla.Williams@bep.gov or 817-847-3905 for further details regarding the solicitation and submission process.
    Transportation Security Administration’s Open Architecture Initiatives
    Homeland Security, Department Of
    The Transportation Security Administration (TSA) is seeking industry participation in its Open Architecture (OA) initiatives, aimed at enhancing the efficiency and interoperability of transportation security systems. This opportunity invites vendors to provide feedback on next-generation OA solutions, including the Digital Imaging and Communications in Security (DICOS) standard and the Open Platform Software Library (OPSL), to inform TSA's implementation strategy and future requirements. The TSA's OA approach is critical for modernizing security screening processes, ensuring agility in response to evolving threats, and improving the overall passenger experience. Interested parties should submit their comments using the provided forms by September 30, 2024, and respond to the Request for Information (RFI) by June 3, 2024, with inquiries directed to Siobhan Mullen at siobhan.mullen@tsa.dhs.gov or Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    47PD5126R0002 - Hruska - USMS Indoor Firing Range Cleaning
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the cleaning and maintenance of the Indoor Firing Range at the Roman Hruska US Courthouse in Omaha, Nebraska. The contract requires a qualified contractor to provide all necessary labor, materials, equipment, and supervision for comprehensive cleaning services, including hazardous waste disposal and compliance with environmental regulations. This project is crucial for maintaining a safe and compliant indoor firing range environment, with a performance period set from January 16, 2026, to January 16, 2027. Interested small businesses must submit their proposals by January 9, 2026, at 4:00 PM CST, and can contact Antonio Vargus at antonio.vargus@gsa.gov or (515) 217-2186 for further information.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    Commercial Off the Shelf (COTS) Equipment for Firing Range
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of Commercial Off the Shelf (COTS) equipment intended for outdoor range operations at the Anniston Army Depot's Small Arms Division. This requirement aims to replace existing equipment to enhance operational capabilities at the facility. The equipment falls under the NAICS code 339999, which pertains to all other miscellaneous manufacturing, and the PSC code 1240, related to optical sighting and ranging equipment. Interested vendors must submit their responses through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, as email submissions will not be accepted. For further inquiries, potential respondents can contact Christopher Wells at christopher.r.wells36.civ@army.mil or by phone at 571-588-0974.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.