Z--Fort Cavazos Range Repair Construction Services
ID: 140D0425R0055Type: 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) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The Department of the Interior is seeking proposals for the Sugarloaf Multi-Use Environmental Resilience Range Repairs at Fort Cavazos, Texas, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project aims to repair and modernize range infrastructure, including Moving Armor Target (MAT) emplacements, to enhance training effectiveness and mitigate wildfire impacts. This initiative is crucial for maintaining operational readiness for military units, ensuring safety and compliance with environmental regulations during training activities. Interested contractors must submit their proposals electronically by April 14, 2025, with an estimated contract value between $1 million and $5 million, and can direct inquiries to Timothy Hart at timothy_hart@ibc.doi.gov.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 9:11 PM UTC
The government solicitation 140D0425R0055 pertains to the Fort Cavazos Range Repair project, issued on April 8, 2025. Key details address technical requirements concerning RLM lights and heating blankets for Military Assets (MATs) 2 and 8, indicating an amperage load of 5.10 amps for both components. Additionally, the solicitation specifies that all work related to the RLM on Jack Mountain must occur during a mandatory shutdown period. This project emphasizes the need for precise technical specifications and compliance with operational constraints, underscoring the federal government's focus on maintaining safety and functionality during the repair process. The overarching goal is to ensure effective and secure upgrades to the Fort Cavazos facility while adhering to regulatory requirements.
Apr 11, 2025, 9:11 PM UTC
The document outlines the amendments and clarifications regarding a federal RFP related to electrical work and installations at several Remote Light Monitoring (RLM) sites. It confirms that no electrical work is part of Task 1 and addresses issues with an unavailable fixture, with intentions to provide an alternative cut sheet. Site locations are specified for additional RLM units that are not depicted in existing drawings, and site visits require coordination with the Contracting Officer Representative (COR). Tasks 3 and 4 include details on existing power sources and the setup of auxiliary power receptacles, emphasizing that certain tasks will not involve trenching and the conduit will be exposed along specified paths. The document discusses installation details for obstruction lights (EOL SERIES) along with technical information about a specific infrared obstruction light model. This summary consolidates operational requirements and technical specifics crucial for contractors involved in the RFP process, reflecting the government's regulations and needs for electrical infrastructure improvements at the designated sites.
Apr 11, 2025, 9:11 PM UTC
The document outlines the design and requirements for the Sugarloaf Multiuse Range at Fort Hood, TX, focusing on Moving Armor Targets (MAT) and Stationary Armor Targets (SAT) emplacements. It details specifications for civil engineering, target configuration, electrical and communication needs, drainage considerations, and safety protocols. The design aims to support various training scenarios, facilitating engagement with vehicle and dismounted targets using effective targetry while ensuring proper infrastructure for power and data management. It emphasizes the importance of drainage to mitigate issues during heavy rainfall and addresses safety concerns such as clearing ranges and potential obstructions when engaging targets. Additional guidance is provided on protective berm design, wall height criteria based on angles of fire, and material specifications. The overall purpose reflects adherence to Army training standards and ensures optimal functionality of target systems within a range environment, demonstrating alignment with broader government objectives related to military training and readiness.
Apr 11, 2025, 9:11 PM UTC
This document outlines a comprehensive list of federal contract clauses incorporated by reference and in full text, primarily focusing on the procurement processes for commercial products and services. Key areas addressed include definitions, contractor responsibilities, compliance requirements, and regulations regarding telecommunications equipment. Significant clauses highlight prohibitions on using equipment from specific foreign companies, the requirement for compliance with various labor laws, and policies regarding subcontracting and small business utilization. Additionally, provisions related to payment terms, invoice submissions, and the handling of contract disputes are included. This standardization is crucial for ensuring that contractors understand their obligations while working with the federal government. Overall, the document serves as a guide for contractors bidding on government requests for proposals (RFPs) and federal grants, emphasizing adherence to legal and ethical standards in contract execution.
Apr 11, 2025, 9:11 PM UTC
The Statement of Work (SOW) outlines the Sugarloaf Multi-Use (SLMU) Environmental Resilience Range Repairs at Fort Cavazos, Texas. The project aims to enhance range infrastructure to protect targetry and mitigate wildfire impacts on training activities. Key tasks include the repair and modernization of Moving Armor Target (MAT) emplacements and optional tasks involving Stationary Armor Targets and Range Limit Markers. Contractor qualifications necessitate experience in live fire range design, with an emphasis on having a military-experienced Master Gunner. The SOW specifies the scope, detailing multiple tasks including site assessment, repairs of MAT emplacements, and site restoration. Various additional tasks can be undertaken at the contractor's discretion to enhance operational capabilities. The period of performance stretches from the award date to November 30, 2025, with a distinct focus on environmental compliance and communication requirements between the contractor and the government. Overall, this document emphasizes the importance of modernizing training facilities to ensure safety and effectiveness in mission preparation for military units stationed at Fort Cavazos.
Apr 11, 2025, 9:11 PM UTC
The Statement of Work (SOW) for the Sugarloaf Multi-Use Environmental Resilience Range Repairs at Fort Cavazos, Texas, outlines the necessary repairs and modernization of the installation's range infrastructure. The installation services several military units and is crucial for training in diverse environments. The repairs aim to enhance targetry protection and mitigate wildfire impacts while preserving training effectiveness. The project includes base tasks such as the replacement of Moving Armor Target (MAT) emplacements, along with optional tasks like additional target installations and repairs. The contractor must possess experience with military live fire range projects and adhere to specific design and safety regulations, including several Army training circulars and standards. Key tasks encompass site assessment, design modifications, earthwork, and restoration, with a detailed timeline for deliverable submissions, construction schedules, and acceptance phases. The estimated period of performance extends until November 30, 2025, with an option to accelerate timelines. A significant aspect of the project includes ensuring safety during construction within active military training areas. The SOW emphasizes the contractor's responsibilities to maintain communication and report status while ensuring compliance with security and environmental hindrances.
Apr 11, 2025, 9:11 PM UTC
The government is issuing a Request for Proposal (RFP) for a Firm Fixed Price (FFP) contract for the Sugarloaf Multi-Use Environmental Resilience Range Repairs, aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project’s estimated magnitude is between $1 million and $5 million, pending budget availability. Proposals must include a detailed breakdown of a Work Plan/Design and Installation, structured into three distinct volumes: Technical Approach and Capabilities, Price, and Administrative. Each proposal, submitted electronically by April 14, 2025, must adhere to strict formatting guidelines and include a comprehensive schedule for milestone completion. The selection process prioritizes past performance, technical approach, and capabilities, emphasizing the importance of recent, relevant experience. Technical proposals must demonstrate understanding of project requirements and innovative solutions, while the price portion must show competitiveness and fairness without adjudicating a formal price rating. Each submitted proposal will undergo thorough evaluation, with the government reserving the right to reject proposals if necessary. This RFP reflects the government's strategy to maximize value and efficiency in project execution while adhering to regulatory compliance, particularly the Davis Bacon Wage Act.
Apr 11, 2025, 9:11 PM UTC
The document outlines an amendment to a solicitation referenced as 140D0425R0055, which modifies existing contracts/orders within a federal context. It specifies the requirement for contractors to acknowledge receipt of the amendment before the designated deadline to avoid rejection of their offer. The effective date for the contract is set between July 7, 2025, and November 30, 2025. Various methods for acknowledging the amendment are provided, such as written letters or electronic communications, ensuring all submissions reference the solicitation and amendment details. Additionally, it indicates that the terms and conditions in previous sections remain unchanged, emphasizing the need for compliance with the outlined procedures. The document serves as a crucial framework for contractors participating in federal procurement, highlighting the importance of timely communication and adherence to established guidelines.
Apr 11, 2025, 9:11 PM UTC
The document outlines an amendment to a solicitation for a government contract, specifically identified as amendment number 2 to solicitation number 140D0425R0055. Key points include the requirement for bidders to acknowledge receipt of this amendment and provide any changes to previously submitted offers before the specified deadline. The period of performance for the contract is set from July 7, 2025, to November 30, 2025. A pre-award site visit is scheduled for eligible bidders—specifically Service-Disabled Veteran Owned Small Businesses registered in SAM—on April 4, 2025, at Fort Cavazos, TX. Attendees must RSVP with their names and company details by April 3, 2025, and bring high-clearance vehicles due to terrain conditions. The document emphasizes adherence to the established procurement regulations while facilitating the contract process and ensuring stakeholder engagement through the site visit. Overall, it reflects the government's structured approach to amending solicitation details and promoting participation among veteran-owned businesses.
Apr 11, 2025, 9:11 PM UTC
The document outlines the amendment for federal solicitation number 140D0425R0055, detailing procedures for acknowledging changes to offers and contract modifications. Key points include the requirement for contractors to indicate receipt of the amendment prior to the designated proposal submission time, and the implications of non-compliance, which could result in the rejection of offers. A pre-award site visit is scheduled for active Service-Disabled Veteran-Owned Small Businesses, emphasizing the need for high-clearance vehicles due to terrain conditions at Fort Cavazos, TX. Interested attendees must provide their names and company details by a specified deadline. The amendment extends the period of performance for the contract from July 7, 2025, to November 30, 2025, ensuring continuity and administrative adjustments as outlined. This document serves to inform vendors about critical updates and compliance requirements related to federal contracting opportunities, particularly for veteran-owned businesses.
Apr 11, 2025, 9:11 PM UTC
This document details an amendment to a federal solicitation and outlines the necessary requirements and changes for contractors participating in government bids. It emphasizes the importance of acknowledging the amendment receipt via specified methods to avoid offer rejection. The amendment modifies the solicitation by incorporating new clauses regarding diverse business certifications and compliance mandates, such as FAR 52.212-3 for Offeror Representations and Certifications and various definitions related to disadvantaged and veteran-owned businesses. The document includes guidelines on compliance with Federal law regarding practices like child labor, telecommunications restrictions, and business affiliations. The period of performance is specified, along with instructions on recognizing critical components in bid submissions that conform to the Buy American Act and Trade Agreements Act. Overall, this amendment seeks to ensure transparency and compliance in federal acquisitions, reinforcing the government's commitment to promoting equitable opportunities for small and disadvantaged businesses while upholding legal and ethical standards in procurement practices.
Apr 11, 2025, 9:11 PM UTC
The document is an amendment to a solicitation (No. 140D0425R0055) for government contracting related to the modification of the contract/order. It includes necessary procedures for acknowledgment of the amendment and details modifications to the scope of work. Specifically, it highlights the addition of tasks related to the repair and alteration of non-building facilities, including Option Task #4 for power supply at range limit markers and Option Task #6 for repairs at timber Moving Armor Target emplacements using a specific foundation wall anchor system. The effective period for performance is defined as July 7, 2025, to November 30, 2025. The amendment also incorporates a revised Statement of Work with updated information. Contractors must acknowledge receipt to avoid rejection of offers, with instructions on how to submit such acknowledgment clearly outlined. Overall, the document outlines procedural, administrative, and substantive changes necessary for potential contractors looking to participate in the procurement process.
Apr 11, 2025, 9:11 PM UTC
The document is an amendment of a government solicitation, specifically amending contract 140D0425R0055. The primary purpose is to inform interested parties that the solicitation is canceled and will be re-solicited under contract 140D0425F0064. Offerors must acknowledge receipt of this amendment and adhere to submission requirements, including the methods for acknowledgment. The contracting officer, Tim Hart, is specified along with contact information. The cancellation is officially noted, and all conditions from the original solicitation remain unchanged, aside from this amendment. The period of performance for the new solicitation is set from July 7, 2025, to November 30, 2025. The amendment highlights the procedural steps and the necessity for contractors to respond appropriately to ensure compliance with federal contracting guidelines.
Apr 11, 2025, 9:11 PM UTC
The document outlines a Request for Proposal (RFP) for commercial items, specifically focusing on the procurement of moving armor target (MAT) emplacements and related services. The solicitation number is 140D0425R0055, and the proposal is administered by the Interior Business Center's Acquisition Services Directorate in Herndon, VA. It includes requirements for various tasks, such as repair and alteration of non-building facilities, with a performance period set from July 7, 2025, to November 30, 2025. The RFP is intended for unrestricted bidding, open to both small and large businesses, emphasizing compliance with federal regulations including provisions related to anti-kickback and whistleblower protections. The document also delineates payment terms and invoicing guidelines under the contract, including specifics on the handling of materials and associated costs. It underscores the importance of adhering to the FAR (Federal Acquisition Regulation) clauses relevant to the contracting process. This RFP serves as part of the federal government's initiative to solicit bids for necessary services to enhance operational efficiency while ensuring regulatory compliance.
Apr 11, 2025, 9:11 PM UTC
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Renovate Motorpool Bldg. 4351, Fort Cavazos, Texas
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the renovation of the Motorpool Building 4351 at Fort Cavazos, Texas. This project involves the design and construction of a Tactical Equipment Maintenance Facility (TEMF), which includes multiple buildings such as a Vehicle Maintenance Shop, Storage, Dispatch Building, Oil Storage, and several Grease Racks. The renovation is crucial for maintaining operational readiness and efficiency in military vehicle maintenance. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Richard Feller at richard.feller@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
Fort Cavazos, TX API Internal Fuel Tank Inspection
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a contract to perform internal fuel tank inspections at Fort Cavazos, Texas. The contract involves a range of non-personnel services, including the removal and disposal of fuel, tank cleaning, and conducting inspections in accordance with API 653 and NFPA regulations. This procurement is critical for ensuring the safety and operational integrity of fuel storage facilities, which play a vital role in military operations. Interested small businesses must submit their proposals electronically by April 24, 2025, and can direct inquiries to Charles Thirsk or Jae Chang via their provided email addresses.
Landscaping Materials - Fort Sam Houston Nat'l Cem -- 5610
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified vendors to supply bulk landscaping materials for the Fort Sam Houston National Cemetery in San Antonio, Texas. The procurement involves a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period and four one-year options, aimed at fulfilling the cemetery's landscaping needs with materials such as screened topsoil, hardwood mulch, and various types of rocks and sand. This contract is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), reflecting the government's commitment to support veteran-owned enterprises. Interested parties must submit their quotes electronically by May 1, 2025, and direct any questions to David Boyd at david.boyd7@va.gov by April 23, 2025, with the total contract value estimated between $5,000 and $2,000,000 over the contract duration.
Y1DA--VISN 8 MATOC - CARIBBEAN
Buyer not available
The Department of Veterans Affairs (VA) is preparing to solicit proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) for the Caribbean VA Healthcare System, which will encompass various construction and renovation projects across medical facilities in Puerto Rico and the Virgin Islands. This contract aims to address a wide range of construction disciplines, including the construction, repair, and alteration of facilities, with an estimated total contract value of $700 million and task orders ranging from $1,000 to $50 million. The solicitation is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, and interested contractors must be registered in the System for Award Management (SAM) and certified by the Small Business Administration (SBA). The initial proposal is expected to be issued around May 2025, and all inquiries should be directed to the Contracting Officer via email at katherine.gibney@va.gov or jacquelyn.wise@va.gov.
Design-Build Maintenance and Repair Army Reserve (MRAR) of Equipment Concentration Site (ECS), B-56767, at North Cavazos, TX
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project focused on the maintenance and repair of the Equipment Concentration Site (ECS), B-56767, located at North Fort Cavazos, Texas. The project entails significant renovations to an existing facility, including upgrades to HVAC and electrical systems, compliance enhancements, and the construction of additional space to improve functionality and accessibility. This initiative is crucial for maintaining operational readiness and ensuring that the facility meets Department of Defense standards, with a contract value estimated between $10 million and $25 million. Interested small businesses must submit their qualifications by the specified deadlines, and inquiries can be directed to Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Amarillo VA Medical Center in Texas. This project, set aside for Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, ensuring compliance with safety and environmental regulations. The estimated construction cost ranges between $500,000 and $1,000,000, with a bid submission deadline of May 1, 2025, and a public bid opening scheduled for May 2, 2025. Interested contractors should contact Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov for further details and to ensure compliance with all submission requirements.
N--FIRE AND SECURITY SYSTEM AT TIMU
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve in Jacksonville, Florida. This project aims to install a modern, networked fire alarm and security system across several historical buildings, necessitating careful preservation measures due to the site's significance. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has an estimated budget between $500,000 and $1,000,000, with proposals due by May 2, 2025, at 1:00 p.m. ET. Interested contractors should contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934 for further details.
Z--Comfort Station Cyclic Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, TX. This project involves providing all necessary labor, materials, and equipment to perform cyclic upgrades on two pre-cast CXT Navajo quad flush/shower buildings, including painting and sealing surfaces, and replacing water heaters and skylights. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses and is expected to be awarded by early July 2025, with work commencing shortly thereafter. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in early June 2025.
Y--REHAB PINE ISLAND HOUSING UNIT 124
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a Request for Proposal (RFP) for the rehabilitation of Pine Island Housing Unit 124 located in Everglades National Park, Homestead, Florida. The project entails significant upgrades, including the replacement of electrical, plumbing, and HVAC systems, roof replacement, and interior renovations in various areas of the housing unit. This procurement is particularly important as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236118, with an estimated contract value ranging from $250,000 to $500,000. Interested vendors must register on SAM.gov, attend a scheduled site visit, and monitor the platform for updates, as the official solicitation is expected to be released around June 1, 2025, with proposals due approximately 30 days thereafter. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
Repair Rebuild Route 219
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the repair and rebuilding of Route 219 at White Sands Missile Range in New Mexico. The project involves the removal and replacement of the existing roadway, including the disposal of asphalt and base materials, processing of subgrade, and application of new asphalt and pavement markings, all while preserving existing tank trails. This construction effort is critical for maintaining safe and efficient transportation routes within the military installation. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has an estimated value between $500,000 and $1 million, with a duration of 90 days post-award. Interested contractors should contact Silvia Kane at silvia.i.kane.civ@army.mil for inquiries and must be registered in the System for Award Management (SAM) by the bid submission date, with the solicitation expected to be issued around May 7, 2025.