Range Tower
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 Department of the Navy, specifically the Marine Corps Recruit Depot Parris Island, is soliciting proposals for one Range Tower. This acquisition aims to enhance safety during live fire training by providing an elevated observation point overlooking the firing lines. This is a Total Small Business Set-Aside opportunity, with the government intending to award a single-award Firm Fixed Price (FFP) contract. Proposals are due by May 7, 2026, at 4:00 PM EDT.
Scope of Work
The primary deliverable is a Range Tower designed to specific physical and electrical characteristics. Key specifications include nominal interior dimensions of 6' x 6' with an 80" ceiling height, diamond embossed clear anodized aluminum finishes, and R-10 insulation for walls, ceiling, and floor. The tower must feature mirror plane glazing, tinted windows with horizontal slides, and a half-glass door with an ADA lock. Climate control is provided by a 115V, 10,100C / 11,200H BTU Thru Wall HVAC unit. The electrical system includes a 100A, 12-circuit load center, various 115V outlets, an outdoor power cord, an external generator receptacle, LED lighting (interior and exterior floodlights), and a grounding rod. Accessories include a 22" deep steel shelf, a tandem axle trailer with landing gear, custom storage compartments, a 4' exterior canopy, and wide dispersion horn loudspeakers. Detailed specifications are crucial for bidders to understand the technical requirements.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP), single-award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 332312 (Prefabricated Tower Structures), Size Standard: 500 employees.
- Period of Performance: From date of award to completion of performance.
- Delivery Schedule: 90 Calendar Days from the Date of Award.
- Proposal Due Date: May 7, 2026, at 4:00 PM EDT.
- Questions Due Date: April 26, 2026 (two days after the solicitation issue date).
- Published Date: April 24, 2026.
Submission & Evaluation
Quotes must be submitted electronically via email. Required submission items include a completed SF1449, a quote on company letterhead with pricing, and a Spec Sheet. Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering Price and Past Performance. The government will conduct a comparative evaluation of quotations, arranging them from lowest to highest price. Offerors are cautioned to examine the solicitation in its entirety; late submissions will not be considered.
Contact Information
Primary Contact: Randy Wentworth Secondary Contact: Steven Kirk Email: steven.kirk.civ@usmc.mil