Hardwood Range WISS v5 Tower

SOL #: N6426726R1025Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL SURFACE WARFARE CENTER
NORCO, CA, 92860, United States

Place of Performance

Necedah, WI

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 9, 2025
2
Last Updated
Jan 15, 2026
3
Submission Deadline
Jan 16, 2026, 11:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Naval Surface Warfare Center (NSWC) Corona Division is soliciting proposals for the construction and installation of two (2) 80-foot towers at the Hardwood Range in Necedah, Wisconsin. This Firm-Fixed-Price (FFP) contract, set aside for Total Small Businesses, supports the Weapons Impact Scoring Set (WISS) program by enhancing surveillance and safety systems. Proposals are due by January 23, 2026.

Scope of Work

The project requires comprehensive services including the design, engineering, fabrication, and erection of two 80-foot, three-sided, three-legged, free-standing towers made of hot-dipped galvanized steel. Key deliverables include structural analysis, geotechnical investigations, foundation construction, grounding, lightning protection, testing, commissioning, and site cleanup. The towers will provide elevation and coverage for government-furnished cameras and communication equipment. Offerors are responsible for completing a geotechnical report (CDRL A002) and installing step bolts on one tower leg. Items such as fencing, gravel plots, conduit stub-ups, mobile shelters, solar OB lights, beacon lights, cameras, antennas, and mounts are government-furnished and not required from offerors.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP), all-or-none.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Estimated Magnitude: Between $100,000 and $250,000.
  • NAICS Code: 237130 (Construction Of Miscellaneous Buildings).
  • Period of Performance: 10 calendar days to commence after Notice to Proceed, with 120 calendar days for completion.
  • Bonds: Performance and Payment Bonds are required.
  • Wage Rates: Prevailing wage rates (Davis-Bacon Act) apply, as detailed in Attachments 3 and 4.

Submission & Evaluation

  • Proposal Due Date: January 23, 2026, by 03:00 PM local time.
  • Submission Method: Electronically, in PDF format, to julian.p.garibay.civ@us.navy.mil.
  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Proposals must be valid for 120 calendar days.
  • Registration: Offerors must be registered in SAM.
  • Site Inspection: Offerors are urged to inspect the site.

Important Notes

Amendment 0001 extended the proposal due date and clarified several requirements, including that certain items (e.g., fencing, OB lights, cameras) are government-furnished. Offerors must frequently visit the SAM.gov website for any further amendments or updates.

People

Points of Contact

Marcella WebberSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 2
Solicitation
Posted: Jan 15, 2026
View
Version 1Viewing
Solicitation
Posted: Dec 9, 2025
Hardwood Range WISS v5 Tower | GovScope