Modular Firing Ranges
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 United States Secret Service (USSS) is seeking proposals for a Total Small Business Set-Aside design-build contract for Modular Firing Ranges at the James J. Rowley Training Center (JJRTC) in Laurel, Maryland. This opportunity involves the design, fabrication, delivery, and installation of two 12-lane, 50-yard modular firing ranges. Proposals are due May 29, 2026, by 4:00 PM EST.
Opportunity Details
This combined synopsis/solicitation (70US0926R70093559) is for a single Firm Fixed Price design-build contract. The USSS intends to award to the offeror providing the best value, utilizing a best value tradeoff process where non-price factors combined are significantly more important than price.
Scope of Work
The contractor will design and construct two adjoining, open 12-lane, 50-yard Modular Firing Range (MFR) systems, totaling approximately 19,800 square feet. Key features include 360-degree ballistic containment, advanced ventilation, bullet traps, target systems, control rooms, and comprehensive acoustic treatments. The scope encompasses all personnel, equipment, materials, transportation, supervision, site civil preparation, engineering, offsite fabrication, logistics, onsite assembly, utility connections, foundation work, and commissioning. A dedicated transformer sized for MFR electrical loads plus additional capacity is required. All work must comply with federal, state, and local codes (NIOSH, ASTM, OSHA, EPA, NFPA, ETL) and US National CAD Standards. The project is classified as Controlled Unclassified Information (CUI).
Performance Standards
MFRs must support firing without obstruction, include ballistic glass panels at the firing line, and have range floors and walls coated with commercial-grade protective material to redirect small caliber rounds. HVAC systems must maintain negative static pressure. Interior lighting must be fully dimmable LED. A two-year warranty on materials, equipment, and workmanship is required.
Contract & Timeline
- Contract Type: Firm Fixed Price design-build
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: James J. Rowley Training Center (JJRTC), Laurel, MD 20708
- Mandatory Site Visit: May 4, 2026, at 10:00 AM EST. Personal information for attendees due by April 28, 2026.
- Questions Due: May 8, 2026, by 4:00 PM EST
- Proposals Due: May 29, 2026, by 4:00 PM EST, submitted electronically.
- Period of Performance: To begin within 7 calendar days after notice to proceed (full project timeline implied by design-build nature).
- Contacts: Theresa Williams (theresa.williams@usss.dhs.gov), Erik Syfert (erik.syfert@usss.dhs.gov)
Evaluation Factors
Proposals will be evaluated based on:
- Technical Approach (Confidence Rating)
- Relevant Organizational Experience (Confidence Rating)
- Past Performance (Risk Rating)
- Price (Reasonableness, Realism, Completeness) Non-price factors combined are significantly more important than price, and non-price factors are of equal importance.
Submission Requirements
Proposals must include a bid bond of 20% of the bid price (not to exceed $3 million). Performance and Payment Bonds are required within 10 days of contract award. Specific insurance requirements are detailed. Proposals must adhere to a specified format including a Cover Page and five volumes.