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 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
    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.
    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 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.
    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.
    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.
    Similar Opportunities
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking 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 facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. The contract encompasses a wide range of repair and upgrade tasks, including concrete work, installation and repair of doors, waterproofing, and miscellaneous repairs related to ammunition storage facilities. This contract is crucial for maintaining the operational integrity of the Crane Army Ammunition Activity and Navy Storage Magazines, with a total potential value of up to $45 million over a maximum term of 60 months. Interested small businesses are encouraged to contact Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further details, with a guaranteed minimum task order of $2,500 to be issued upon award.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    183 CES Demolish Buildings 12 & 13
    Dept Of Defense
    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.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Repair, Install and Replace Ceilings, Walls and Doors within Buildings, USAG Bavaria, Grafenwoehr Military Community (W912PB26BA002)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the repair, installation, and replacement of ceilings, walls, and doors within buildings at the USAG Bavaria, Grafenwoehr Military Community, under solicitation number W912PB26BA002. This project encompasses a range of construction activities, including the installation of electronic locking systems, and requires compliance with both German and U.S. regulations, emphasizing safety, quality control, and environmental protection. The contract, valued at a maximum of €10,000,000.00, will be awarded to the lowest responsible bidder, with bids due by January 15, 2026, at 14:00 local time. Interested contractors should direct inquiries to Regina Rueckschloss at regina.rueckschloss.ln@army.mil or call 09641-70-526-8702 for further details.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.