Construction of an Indoor Small Arms Range (ISAR) located in Grissom Air Reserve Base, IN.
ID: W912QR25B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The file presents a collection of federal and state-level requests for proposals (RFPs) and grant opportunities focused on various government initiatives. It emphasizes the importance of aligning project proposals with federal guidelines and showcases potential funding sources available to local and state entities. Key components include application procedures, eligibility criteria, project priorities, and evaluation metrics for grant applications. The document outlines how these funds can support diverse objectives, such as infrastructure development, social services, and community engagement programs. Overall, it serves as a comprehensive resource for stakeholders seeking to understand the landscape of available governmental funding and the corresponding requirements for application.
    The document pertains to a meeting roster for the GARB Indoor Small Arms Range (ISAR) under the US Army Corps of Engineers, Louisville District. The key details specify the contract number (H200365), the meeting's subject, and logistical information, including the meeting's location at Grissom ARB in Peru, Indiana, scheduled for January 15, 2025, at 11:00 AM. Contact information for the representatives from the US Army Corps of Engineers is provided, specifically Jared Perrott and Seth Dow, including their roles and email addresses. The overarching purpose of this document is to facilitate communication and collaboration related to contracting processes for the ISAR project. Such meetings typically involve discussions regarding federal grants, proposals, and requests for proposals (RFPs), aligning with the government's aim to ensure transparency and efficiency in project management. This document serves as a reference for participants to prepare for and engage in forthcoming discussions about technical and operational aspects related to the weapon range project. Overall, it reflects standard procedures in government contracting initiatives, emphasizing coordination among federal entities involved in military infrastructure development.
    The document outlines the engineering and design specifications for the Grissom Air Reserve Base's Indoor Small Arms Range, a project designed by the U.S. Army Corps of Engineers, Louisville District. It includes official approvals and signatures for various disciplines such as electrical, mechanical, structural, and fire protection engineering. A comprehensive sheet index details the different plans and reviews included in the set, focusing on life safety, civil engineering, geotechnical studies, and electrical layouts. Key aspects of the project involve adherence to fire protection and life safety codes, as mandated by the NFPA standards and various UFC guidelines. The life safety plan identifies occupancy load parameters, egress travel distances, and equipment specifications related to emergency systems, ensuring safety compliance. The construction will require verification of existing conditions, and coordination with utility services is emphasized. Given its context within federal contracting, this project underscores the government’s commitment to safety, compliance, and effective resource management in military infrastructure. The comprehensive nature of the documentation suggests thorough oversight meant to streamline the construction process while ensuring adherence to safety standards.
    The document outlines plans for the construction of an Indoor Small Arms Range at Grissom Air Reserve Base by the US Army Corps of Engineers. It includes detailed sections on various aspects, such as site plans, demolition procedures, erosion control, utility installations, grading, and safety regulations. Key points highlight the coordination required between contractors and base personnel to ensure minimal disruption to ongoing operations and adherence to explosive safety distance guidelines. Specific requirements include the demolition of existing facilities only after the new structure is operational, and thorough management of stormwater and erosion control measures. The plans emphasize compliance with environmental standards and the importance of turf stabilization post-construction. This project exemplifies federal efforts to enhance military training capabilities while maintaining environmental responsibility and operational safety.
    The document is a solicitation for the construction of an Indoor Small Arms Range (ISAR) at Grissom Air Reserve Base, Indiana, issued by the U.S. Army Engineer District, Louisville. This Design-Bid-Build RFP is part of a federal procurement effort with an estimated construction cost between $10 million and $25 million, categorized under NAICS code 236220 and size determination up to $45 million. The contractor must complete the project within 792 calendar days after receiving a notice to proceed and adhere to various requirements, including performance and payment bonds. Sealed bids are due by February 11, 2025, and must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE). The solicitation emphasizes compliance with federal regulations, HUBZone considerations, and cybersecurity mandates, notably the NIST SP 800-171 requirements. Additionally, bidders are advised to conduct thorough site inspections prior to submission and adhere to affirmative action goals for minority and female workforce participation in construction. This request highlights the government's commitment to transparency and compliance in awarding contracts while ensuring quality and timely execution of construction projects.
    The solicitation outlines the construction of an Indoor Small Arms Range at Grissom Air Reserve Base, Indiana. The project encompasses demolition and deconstruction of existing structures, with emphasis on protective measures for environmental and personnel safety, particularly regarding lead contamination from prior use. Key specifications include comprehensive demolition and deconstruction plans, outlining processes for material salvage, waste management, and worker safety protocols. Specific attention is given to handling hazardous materials, ensuring compliance with federal regulations for air quality, and appropriate disposal methods. The document also details construction requirements across various divisions including procurement, existing conditions, concrete, plumbing, and HVAC systems. Firm adherence to environmental protections and coordination with governmental standards is mandated, reflecting a commitment to safety and regulatory compliance throughout the project's lifecycle. Overall, the project aims to upgrade training facilities while mitigating health risks associated with hazardous materials.
    The document outlines the solicitation for the construction of an Indoor Small Arms Range at Grissom Air Reserve Base in Indiana. It follows a Design-Bid-Build format and includes a comprehensive specification of construction requirements across various divisions. Key topics include procurement, general requirements, and specific construction processes through detailed sections on demolition, concrete, masonry, metals, finishes, and environmental controls. Each division specifies necessary materials, installation methods, and standards to ensure quality, safety, and sustainability throughout the project. The document emphasizes government safety requirements, compliance with local regulations, and elements related to quality control and inspections. It also mandates maintaining documentation for a duration of 15 years post-construction. This solicitation serves both as a funding opportunity and a framework for contractors to adhere to during the bidding process, reflecting federal priorities in military training facilities and infrastructure enhancement.
    The document outlines the solicitation for the construction of an Indoor Small Arms Range at Grissom Air Reserve Base, Indiana, under a Design-Bid-Build format. It is designated as W912QR25B0001 and is tasked with detailed architectural and engineering specifications across various project divisions. These specifications cover procurement and contracting requirements, safety measures, environmental controls, and utilities, among others. The document emphasizes compliance with federal standards, including quality assurance processes, testing procedures, and operations maintenance data. Key sections include electrical systems, plumbing, HVAC, and structural components, detailing materials and installation methods. Notably, the project stipulates adherence to regulatory standards for safety and environmental considerations, as well as the necessity of certifications for contractors engaged in the execution of the project. The detailed approach reflects the government's commitment to ensuring that the construction meets their operational needs and standards, while maintaining compliance with environmental and safety regulations. Overall, this file provides structured guidance for prospective contractors in preparing responsive bids for the indoor range project, ensuring clarity in expectations and compliance requirements.
    The document is an amendment to solicitation W912QR25B0001 concerning the construction of an Indoor Small Arms Range at Grissom Air Reserve Base, Indiana. The amendment extends the proposal due date from February 11, 2025, to March 4, 2025, and outlines several significant changes. It replaces existing wage determinations with updated versions effective January 31, 2025, and adds new specification sections including finish carpentry and gas distribution pipelines. Multiple specification sections and plan sheets have also been revised or deleted, reflecting updated project requirements. The document stresses the importance of acknowledging receipt of this amendment for it to be considered valid, detailing submission methods and the electronic submission process via the Procurement Integrated Enterprise Environment (PIEE). The focus is on maintaining compliance with federal regulations, including the Davis-Bacon Act related to wage determinations. This amendment ensures transparency and provides contractors with the relevant updates and requirements critical for their proposals, showcasing adherence to federal contracting practices.
    Similar Opportunities
    IN ANG Small Indoor Arms Range
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design and construction of an Indoor Small Arms Range at the Hulman Air National Guard in Terre Haute, Indiana, under Solicitation Number W912QR-22002077A. The project entails constructing a 10-lane small arms range and a 1,350 square foot Combat Arms Training and Maintenance (CATM) facility, with an estimated cost exceeding $10 million, and emphasizes compliance with federal construction codes and safety regulations. This initiative is crucial for enhancing military training capabilities and ensuring regulatory compliance, with proposals due by 11:00 AM ET on February 25, 2025. Interested bidders must register in the SAM database, submit detailed price proposals via email, and direct inquiries to Stephanie Drees at stephanie.n.drees@usace.army.mil or by phone at 502-315-3270.
    Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at U.S. MCAS Iwakuni, Japan
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM FAR EAST, is soliciting proposals for Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at the U.S. Marine Corps Air Station in Iwakuni, Japan. The procurement aims to secure a contractor capable of providing both recurring and non-recurring maintenance tasks, ensuring compliance with federal standards and enhancing operational efficiency and safety in cleaning protocols for the facility. This contract is critical for maintaining the operational integrity of military training environments, with the base period running from April 2025 to March 2026 and options extending through March 2030. Proposals are due by 11:00 AM local time on March 10, 2025, and interested contractors should contact Janofsky Herrion at janofsky.herrion@usmc.mil or Martin Hansen at martin.hansen@usmc.mil for further information.
    Live Fire Range 2025
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified contractors to provide comprehensive shooting range and lodging services for military training at Hurlburt Field, Florida, under the project titled "Live Fire Range 2025." The contractor will be responsible for managing three operational pistol ranges and two rifle ranges, ensuring compliance with safety standards, and providing adequate billeting facilities for instructors and students when necessary. This procurement is crucial for supporting the Air Force's training programs and operational readiness, with a total funding ceiling of $337,312 for the Blanket Purchase Agreement (BPA), allowing individual purchase calls up to $25,000. Interested parties must submit their quotes by March 7, 2025, and can contact Dani English at dani.english@us.af.mil or Antonio Ortega at antonio.ortega.12@us.af.mil for further information.
    Renovation of Indoor Firing Range
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the renovation of an Indoor Firing Range located in Riyadh, Saudi Arabia. The project encompasses comprehensive construction activities, including structural, electrical, plumbing, and HVAC work, aimed at enhancing military training capabilities while ensuring compliance with various safety and regulatory standards. This procurement is critical for maintaining operational readiness and safety in military training environments. Interested contractors should contact Amanada Smith at amanada.l.smith.civ@army.mil or Holly Gibbs at holly.a.gibbs3.civ@army.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. This Design-Bid-Build project encompasses the construction of a hangar approximately 156,585 square feet in size, along with associated infrastructure improvements, including mooring points and re-striping of areas. The project is vital for enhancing military readiness and operational capabilities, accommodating maintenance operations for the KC-46A aircraft while adhering to strict environmental and safety standards. Interested contractors should note that the estimated project cost ranges from $100 million to $250 million, with proposals due by March 25, 2025. For further inquiries, contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
    FY25 MAFB Construct Fire Station Bay Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking capable businesses for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. This project, estimated to cost between $5 million and $10 million, involves the construction of a facility approximately 20,000 square feet in size, designed to accommodate emergency services equipment and trailers, including features such as parking stalls, a foam storage room, restroom facilities, and utility spaces. The procurement is critical for enhancing emergency response capabilities in remote climates, and interested firms must demonstrate relevant experience and comply with military design standards. Responses to the Sources Sought Notice are due by February 26, 2025, and interested parties should contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil for further details.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Army National Guard, is soliciting bids for the demolition of Buildings 12 and 13 at the 183rd Wing in Springfield, Illinois. The project requires contractors to safely remove the buildings and associated utilities, including the abatement of asbestos and dismantling of electrical systems, while adhering to environmental regulations and safety standards. This opportunity is a total small business set-aside, with an estimated contract value between $250,000 and $500,000, and a performance period of up to 180 days from the notice to proceed. Interested bidders must submit sealed bids and comply with all solicitation requirements, with further details available through the primary contacts, Alicia C. Braun and Amanda Brenizer, at the provided email addresses and phone numbers.
    Nolin River Lake Office Demolition
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District in Louisville, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes essential tasks such as asbestos removal and site grading, with an estimated construction cost ranging from $100,000 to $250,000, and is exclusively set aside for small businesses under NAICS code 238910. Contractors are required to begin work within 14 days of receiving a notice to proceed and complete the project within 90 days, adhering to safety and environmental regulations throughout the process. Interested bidders must submit their quotes by March 7, 2025, and are encouraged to attend a site visit on February 26, 2025, at 10 a.m. central time, with further inquiries directed to Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    Y--P398 Range Improvements and Modernization Marine Corps Recruit Depot, Parris Island, South Carolina
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking construction services for range safety improvements and modification at MCRD Parris Island, South Carolina. The project involves demolishing the existing firing range and constructing a new one, including new impact berm, target berm and butt, side safety berm, paved firing lines, roads, irrigation system, signage, and other facilities. The new facilities will include a Butts Control Building, Target Storage Buildings, small Heads, and a large Male and Female Head. Additional site improvements include a parking lot, access roads, water and sewer systems, storm water management, and power and communications distribution systems. The project also includes allowances for ordinance scanning and potential ordinance removals.