Competitive SDVOSB set-aside 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
    Description

    The Department of the Interior is seeking proposals for construction services related to the repair and modernization of the Sugarloaf Multi-Use Environmental Resilience Range at Fort Cavazos, Texas, now known as Fort Hood. The project aims to enhance range infrastructure, specifically focusing on the repair of Moving Armor Target (MAT) emplacements and other related tasks to ensure effective military training while mitigating wildfire impacts. This procurement is particularly significant as it supports the operational readiness of military units through improved training facilities, with a performance period set from July 7, 2025, to November 30, 2025. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by September 11, 2025, at 12:00 PM EST, and can direct inquiries to Ronald Newlan at ronald_newlan@ibc.doi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Amendment 7 revises solicitation #140D0425R0119 to #140D0425R0055, correcting formatting, FAR clauses, instructions, and evaluation criteria, and adding new tasks. The new solicitation aligns with FAR Part 36 for Construction Contracts. Fort Cavazos is now Fort Hood. The proposal due date is September 11, 2025, at 12:00 PM EST. No additional site visits will be offered. The government may not award all line items due to limited year-end funds and reserves the right to make partial awards, no awards, or cancel the solicitation. Offerors bear all costs incurred. The period of performance is July 7, 2025, to November 30, 2025. This supersedes Amendment 6, which cancelled the previous solicitation.
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fort Leonard Wood Roofing IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    Staging/Marshaling Area
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Staging/Marshaling Area at Fort Hood, Texas. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is designated as a Total Small Business Set-Aside under FAR 19.5. The construction of this facility is critical for supporting military operations and logistics, ensuring efficient staging and marshaling of equipment and personnel. Interested contractors should reach out to Jacqueline Cole at jacqueline.j.cole@usace.army.mil or call 314-526-1002 for further details, as the presolicitation notice indicates that additional project specifics are available in the attached documentation.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Construction of a Vehicle Recovery Range at Fort Lee in Prince George County, VA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Norfolk District, is preparing to issue a presolicitation notice for the construction of a Vehicle Recovery Range at Fort Lee in Prince George County, Virginia. This project involves the construction of 24 concrete turning pads, site drainage, and road alignment, executed in three phases, with the contractor required to complete one phase before moving to the next. The contract will be a firm-fixed-price award, set aside for 8(a) Small Businesses, with an estimated value between $5 million and $10 million, and the Invitation for Bid (IFB) is expected to be released electronically around mid-December 2025. Interested bidders should monitor SAM.gov for updates and ensure they are registered in SAM for the submission of offers; for inquiries, they may contact Caleb Bookout at brian.c.bookout@usace.army.mil or Nicholas Lizotte at nicholas.lizotte@usace.army.mil.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.