Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2025 SAM #8595
SOURCES SOUGHT

F -- FY26-31 Training Support Services and Sustainable Range Program

Notice Date
6/6/2025 10:51:35 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN25RFIRANGE
 
Response Due
6/30/2025 2:00:00 PM
 
Archive Date
07/15/2025
 
Point of Contact
Peggy Grant, Phone: 9126525012, Sabrina Bastine, Phone: 9126525943
 
E-Mail Address
peggy.grant@usace.army.mil, sabrina.bastine@usace.army.mil
(peggy.grant@usace.army.mil, sabrina.bastine@usace.army.mil)
 
Description
U.S. Army Corps of Engineers-Savannah District Request for Information FY26-31 Training Support Services and Sustainable Range Program This is a Request for Information (RFI) only, as part of market research, issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 10.001 (a) (2), Market Research - Policy. All interested parties should complete the form provided the link below. The U.S. Army Corps of Engineers (USACE), Savannah District, is conducting additional market research to further identify potential parties capable of providing environmental, base and training support services, and Sustainable Range Program (SRP) Subject Matter Expert (SME) Support to U.S. Army Forces Command (FORSCOM). The SRP includes the core programs (the range and training land program (RTLP) and integrated training area management (ITAM) program). SRP functions include range design and development; target systems and targetry; training instrumentation systems; facilities for urban operations training, including breech and shoot houses, and training land management. These items are sorted and managed under one of three SRP sub-programs: range operations, range modernization, or ITAM. SRP is resourced for Army-wide implementation within the training program execution group (TT PEG). Information: The Government has a need for a contractor having an interest in and the resources to support the requirement for providing technical and managerial support to FORSCOM in the area of training range development and management. Work under this program shall include, but is not limited to, training research, training development, range configuration, gunnery qualifications standards, assurance and compliance, range related requirements development, range modernization and master plans, target layout and emplacement verification. Site Description: The services required by this contract will be provided for the customers of the Army Forces Command (FORSCOM)�s Training Systems Support (TSS) and the Sustainable Range Program (SRP) which integrates mission support with environmental requirements as they are executed and managed at the Army Command/installation level (FORSCOM, USARC, USASOC, and CEHNC-ISI). There are multiple places of performance which are determined at the time of task order solicitation/award however, work location will be at installations supporting the ACOM�s, their direct reporting units, and Huntsville Center of Mandatory Expertise (CONUS). The Contractor may be required to perform tasks on-site or at their own facilities. Required Capabilities: The Sustainable Range Program (SRP) is the Army's overall approach for improving the way in which it configures, manages, and uses its ranges to ensure long-term sustainability. Experience is needed in the execution and training analysis of training ranges and facilities; familiarity with digitized automation and modernization efforts of the US Army; familiarity with current US Army training ranges, training manuals, major weapon systems, and a working knowledge of the agencies involved with the Army's range modernization program. Experience in and demonstrated execution of Range and Training Land Program (RTLP) process as it concerns MILCON (OMA/OPA) and Minor construction (OMA) for range construction and installation Range Operations functions at levels above Installation is requested. Qualified personnel to provide functional range training support shall be US Army trained as a master gunner (J3 or K8/A8 only) with five years� experience at Army division-level or higher. Knowledgeable in a wide range of tasks involving weapon systems, military operations both in the field and at home station, training safety, instrumentation and target systems, training facility modification and modernization processes and procedures, range maintenance and range operation, target matrices, Compiles, validates, and verifies the consistency of a variety of technical documents such execute training missions and know policies behind those programs and know how those programs work at levels as Department of the Army Pamphlets, Training Circulars, Field Manuals and Regulations. Based on the responses to this request for information, this requirement may be set- aside for small business (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluation will be provided to companies regarding their submissions. The Government will consider feedback received in determining if a small business set-aside is appropriate for this when it issues the solicitation package. DISCLAIMER: Participation in the Request for Information (RFI) process is important in that it makes USACE decision-makers aware of the capabilities that exist in the market. Responses will be collected via the survey only. The link is provided below. Data collected will become the property of the USACE and will be used to provide a snapshot of how businesses who participated are capable of providing the requested services. USACE does not claim nor suggest participation in this questionnaire will result in consideration or award of a federal contract. Participation in the questionnaire is entirely voluntary and non-participation will not affect the consideration of any company for future federal contracts. The applicable NAICS code for this requirement is 562910, Environmental Remediation Services with a Small Business Size Standard of 1,000 employees. The Product Service Code is F999 � Other Environmental Services. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business. Link to Survey: https://forms.osi.apps.mil/r/G75yNS1hxk Responses are required by: June 30, 2025, 1700 ET POCs: Contracting Officer sabrina.bastine@usace.army.mil Contract Specialist � peggy.grant@usace.army.mil Thank you in advance for your participation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0578dde0ad9a438bac342695fa7f1f94/view)
 
Place of Performance
Address: Savannah, GA 31401, USA
Zip Code: 31401
Country: USA
 
Record
SN07469462-F 20250608/250606230114 (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.