Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2025 SAM #8629
SOLICITATION NOTICE

Y -- Construction of Small Arms Range and Combat Training & Maintenance (CATM) Facility at Rickenbacker Ohio National Guard Base in Franklin County OH

Notice Date
7/10/2025 8:34:24 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR25BA017
 
Response Due
7/25/2025 8:00:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Brandon Gatz, Jessica Moss
 
E-Mail Address
brandon.h.gatz@usace.army.mil, jessica.k.moss@usace.army.mil
(brandon.h.gatz@usace.army.mil, jessica.k.moss@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB) under solicitation W912QR25BA017 for the Construction of a Small Arms Range and Combat Arms Training & Maintenance (CATM) facility at the Rickenbacker Ohio Air National Guard Base in Franklin County, Ohio. This project is for the design/bid/build construction activities to build a small arms range and CATM facility utilizing conventional design and construction methods to accommodate the mission of the facility and installation. The installation requires an adequately sized, properly configured, and correctly sited small arms range to train and certify security forces, battlefield airmen, and mobility personnel. The small arms range will house ten (10), twenty-five (25) meter long firing lanes. The new construction must include a specialized HVAC system and architectural features for addressing air quality, noise, and life/health safety issues associated with indoor firing activities. Air Conditioning: 30 Tons. The facility will also house a combat arms training and maintenance (CATM) area to provide classroom training space, administrative space, and arms cleaning and inspection areas for members using the small arms range. The CATM will include two (2) restroom/bathrooms, a classroom, administrative rooms, and storage areas. Supporting work to include all necessary exterior utilities, access pavements, fire protection, utility connections, electric service, site work/improvements, and support thereof. Size: The total square footage for the facility shall be 9,350 square feet. The Contract Duration is estimated at Eight Hundred (800) calendar days from date of award. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) Construction contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 Commercial and Institutional Building Construction CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FARS 36.204. TYPE OF SET-ASIDE: This acquisition will be listed as a Small Business Set Aside. SELECTION PROCESS: This is a sealed bid Part 14 Procurement. The bids will be evaluated based on the lowest priced complete offer submitted. DISCUSSIONS: The Government intends to award without discussions. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about late July 2025. Details regarding an Optional Site Visit will be included in the solicitation if one is determined to be provided. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to https://sam.gov/. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, https:// sam.gov/. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at http://sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Brandon Gatz, at brandon.h.gatz@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/baf7943246824527afa5d2cf1b018414/view)
 
Place of Performance
Address: Franklin, OH, USA
Country: USA
 
Record
SN07505079-F 20250712/250710230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.