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
  1. 1
    Posted Dec 12, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 11, 2025, 12:00 AM UTC
  3. 3
    Due Mar 11, 2025, 5:00 PM UTC
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 Design-Bid-Build project involves comprehensive construction activities, including demolition of existing structures, environmental safety measures, and adherence to federal regulations, particularly concerning hazardous materials and worker safety. The estimated construction cost ranges from $10 million to $25 million, with a bid submission deadline extended to March 11, 2025, at 1:00 PM ET. Interested contractors should contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or Adam Brooks at adam.m.brooks@usace.army.mil for further details and to ensure compliance with all solicitation requirements.

Point(s) of Contact
Files
Title
Posted
Mar 11, 2025, 8:04 PM UTC
The document presents the bid opening results for the Indoor Small Arms Range (ISAR) project at Grissom Air Reserve Base, IN, dated 11 March 2025. The bid opening was conducted by Officer Adam M. Wantland and Recorder Adam Brooks. Six contractors submitted bids, with Place Services Inc being the apparent low bidder at $17,179,200.00, approximately 10.75% above the government estimate of $17,062,409.59. Other bidders included ESA South, Inc., David Boland Inc, Richard Group LLC, Commercial Contracting Corp, and T&T Construction Enterprises LLC, with bids ranging from $19,657,657.59 to $23,423,412.59. The document underscores the competitive nature and substantial values involved in government contracting, reflecting the procurement process's transparency and adherence to federal guidelines. The outcome will impact the project's progression and the selected contractor's capabilities to meet governmental standards.
Mar 11, 2025, 8:04 PM UTC
Mar 11, 2025, 8:04 PM UTC
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.
Mar 11, 2025, 8:04 PM UTC
Mar 11, 2025, 8:04 PM UTC
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.
Mar 11, 2025, 8:04 PM UTC
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.
Mar 11, 2025, 8:04 PM UTC
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.
Mar 11, 2025, 8:04 PM UTC
The document outlines the construction and demolition plans for the Indoor Small Arms Range at Grissom Air Reserve Base. It specifies essential procedures for contractors, including coordination with the Contracting Officer’s Representative (COR) and the base personnel to avoid interference with ongoing operations. The project involves demolishing the existing small arms range facilities only after the new range is operational, ensuring minimal disruption. Details include the removal of utilities, fencing, and structures, with a focus on protective measures for existing utilities and site structures not marked for demolition. The plan emphasizes safety protocols, particularly concerning explosive safety quantity distances from munitions storage. Various site plans and engineering specifications are included to guide the grading, drainage, site utilities, and landscaping specifics. The overall goal is to enhance operational capabilities while maintaining safety and compliance with regulations through well-coordinated construction activities.
Mar 11, 2025, 8:04 PM UTC
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.
Mar 11, 2025, 8:04 PM UTC
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.
Mar 11, 2025, 8:04 PM UTC
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.
Mar 11, 2025, 8:04 PM UTC
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.
Mar 11, 2025, 8:04 PM UTC
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.
Mar 11, 2025, 8:04 PM UTC
The document serves as Amendment No. 0002 to the solicitation W912QR25B0001, concerning the construction of an Indoor Small Arms Range at Grissom Air Reserve Base, IN. The primary modifications outlined include an extension of the bid submission deadline from March 4, 2025, to March 11, 2025, at 1:00 PM ET, and the complete replacement of the Price Breakout Schedule. Additionally, revisions to two wage decisions dated January 31, 2025, have been made, replacing them with updated decisions dated February 21, 2025. New specification sections have been introduced, while others have been substantially replaced or deleted to ensure the project's compliance with current regulations. The document emphasizes wage determinations critical for labor compliance, particularly under the Davis-Bacon Act. The contracting officer's instructions clarify that all modifications must be acknowledged for valid proposal consideration, highlighting the importance of compliance for potential contractors. Overall, the amendment aims to ensure clarity in requirements and adherence to legal frameworks for the timely execution of the construction project, reflecting the federal government's structured approach to procurement and management of construction services.
Lifecycle
Title
Type
Similar Opportunities
Construct Fire Base - Youngstown ARS, OH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new Base Fire Station at Youngstown Air Reserve Station in Ohio. This Design-Bid-Build project, identified as P2: 513392, encompasses the demolition of an existing structure and the construction of a 24,500 square-foot facility, which will include dorm rooms, offices, and vehicle bays, with an estimated project cost ranging from $10 million to $25 million. The initiative aims to enhance safety infrastructure at military facilities while adhering to stringent federal standards and regulations, including compliance with various building codes and safety protocols. Interested contractors must submit their proposals electronically by April 29, 2025, and are required to begin construction within 10 days of award, with project completion expected within 790 days. For further inquiries, contact Seth Dukes at seth.j.dukes@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.
Construct Automated Record Fire (ARF+) Range
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is soliciting bids for the construction of an Automated Record Fire (ARF+) Range at Fort Bragg, North Carolina. This project entails the development of a comprehensive training facility, including a 16-lane ARF Plus range, control areas, classrooms, and supporting infrastructure, aimed at enhancing the training capabilities for soldiers using advanced weaponry. The construction is critical for meeting the training and qualification requirements for the Next Generation Squad Weapon (NGSW), ensuring soldiers are proficient in engaging targets effectively. Interested contractors must submit their bids by April 21, 2025, with a site visit scheduled for April 3, 2025, and can contact Tatjana Fisher or Gregory Graham for further information.
Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Georgia. The project encompasses the construction of an ARC training building, a Vehicle Maintenance Shop (VMS), and an Unheated Storage Building (USB), along with supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated construction cost between $25 million and $100 million and a contract duration of approximately 900 calendar days from the Notice to Proceed. Interested contractors must submit proposals electronically and are encouraged to contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil for further information, noting that funding is not currently available and no contract awards will be made until appropriated funds are secured.
March Air Reserve Base, CA B600 Flight Simulator
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking bids for the addition and alteration of Building 600 at March Air Reserve Base in California. The project involves constructing a 2,200 square foot addition for a Boom Operator Trainer and modifying approximately 7,000 square feet of existing space for the new KC-46A Mission, including various facilities such as classrooms and a computer room. This construction effort is crucial for enhancing training capabilities and operational readiness, with an estimated contract value between $5 million and $10 million, and a target ceiling of approximately $6.8 million. Interested contractors should note that the solicitation is expected to be released around May 9, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for award; inquiries can be directed to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
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-46 Two-Bay Maintenance/Fuel Cell Hangar at March Air Reserve Base in California. This project involves a Design-Bid-Build approach, focusing on the construction of a facility that will support maintenance operations for the KC-46A aircraft, including the integration of various systems and adherence to strict environmental and safety standards. The estimated project cost ranges from $100 million to $250 million, with a proposal submission deadline extended to April 17, 2025. Interested contractors should contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil for further details and ensure compliance with all specified requirements during the bidding process.
Construct Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren AFB, Wyoming
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of the Ground Based Strategic Deterrent (GBSD) Integrated Training Center at F.E. Warren Air Force Base in Wyoming. The project involves building an 85,000 square foot facility that will include classrooms, administration space, virtual training capabilities, and areas for security forces training, along with high-bay spaces for maintenance training. This construction is critical for enhancing military training capabilities and will adhere to various DoD and Air Force design standards. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to access solicitation documents and submit proposals. The estimated construction cost ranges from $25 million to $100 million, with proposals due following the issuance of the solicitation, expected in the coming weeks. For inquiries, contact Brandon Landis at brandon.p.landis@usace.army.mil or John Solomon at john.s.solomon@usace.army.mil.
SMALL BUSINESS SET-ASIDE – CONSTRUCTION/RENOVATION OF FACILITY/3330N
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for a construction and renovation project at Building 3330N in Crane, Indiana, specifically set aside for small businesses. The project entails comprehensive renovations, including the removal of existing flooring and wall sections, installation of a bullet-resistant transaction window, and various electrical and lighting modifications to enhance safety and operational efficiency for security personnel. This procurement underscores the federal commitment to engaging small businesses in significant construction projects, with an estimated contract value between $100,000 and $250,000. Interested contractors must submit their offers by May 9, 2025, at 4:00 PM EST, and are encouraged to contact Kacey Jones at kacey.l.jones5.civ@us.navy.mil for further details.
Amendment 1: Fort Riley Soldier Readiness Unit (SRU) Clamshell and Indoor Range Maintenance
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for maintenance and repair services for the Clamshell Building 675 and the Indoor Shooting Range at Fort Riley, Kansas. The contract requires comprehensive upkeep, including HVAC servicing, plumbing repairs, and general maintenance to ensure operational readiness and safety, with initial repairs to be completed within six months of contract award. This project underscores the Army's commitment to maintaining its facilities in compliance with federal and state regulations, emphasizing the importance of a safe and functional environment for military personnel. Interested contractors, particularly small businesses, should direct inquiries to Kelsey Anderson or Sheila Banks by April 16, 2025, with a total contract value of $19,500,000 and a performance period from June 1, 2025, to May 31, 2030, including option years.
MISSISSIPPI RIVER BASIN, ROCK ISLAND ARSENAL, ROCK ISLAND, ILLINOIS, NORTH ANNEX EMERGENCY OPERATIONS CENTER AND DISTRICT CONFERENCE ROOMS
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the renovation of the North Annex Emergency Operations Center and District Conference Rooms located at Rock Island Arsenal in Illinois. The project encompasses a comprehensive scope of work, including demolition, structural updates, plumbing, HVAC, electrical installations, and site work, with an estimated budget ranging from $5 million to $10 million and a completion timeline of 365 days post-award. This renovation is crucial for enhancing the operational capabilities of emergency response facilities, ensuring compliance with federal safety and environmental regulations. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their bids electronically by April 30, 2025, and can direct inquiries to primary contact Joe Porter at joseph.e.porter@usace.army.mil or secondary contact Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Design Bid Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot barracks facility to support the Non-Commissioned Officers Academy and the 80th Training Command, incorporating essential features such as fire protection systems, energy monitoring controls, and accessibility measures, while adhering to stringent safety and environmental regulations. The estimated contract value ranges between $25 million and $100 million, with a proposal submission deadline of April 29, 2025, and interested contractors must maintain active registration in the System for Award Management (SAM). For further inquiries, contact Ryan King at ryan.m.king2@usace.army.mil.