Sources Sought notice - JMMU Range at Fort Hood,TX
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 Interior, IBC ACQ SVCS DIRECTORATE, has issued a Sources Sought notice to identify capable small businesses for the design, repair, and modernization of the Jack Mountain Multi-use (JMMU) Range at Fort Hood, TX. The government is seeking information from active SAM-registered small businesses with NAICS 236220. The project magnitude is estimated between $5M and $15M. Responses are due by May 15, 2026, at 1:00 PM EDT.
Purpose
This Sources Sought notice is for market research purposes to gather information on contractors able to perform design and execute repairs and modernization of the JMMU Range. The objective is to upgrade the range to current standards and support aerial gunnery, addressing its degraded capability to meet unit training requirements. This notice is not a solicitation, and no reimbursement will be provided for responses.
Scope of Work
The project, as outlined in the draft Statement of Work (SOW), involves comprehensive repairs and modernization. Base Bid Tasks include:
- Preconstruction Activities.
- Repair and modification of Moving Armored Targets (MAT) emplacements (MAT54, MAT56, MAT58, MAT60, and MAT52).
- Repair and modernization of 117 Stationary Infantry Targets (SIT) across 18 clusters.
- Repair and modernization of 56 Stationary Armor Targets (SAT).
- Repair and modernization of 3 SAT/SIT combination Clusters.
Optional Tasks include, but are not limited to, replacing timbers with concrete panels for MATs, furnishing and installing target equipment, repairing command bunkers, grading drainage ditches, installing gates, procuring portable armored target systems, and installing Moving Infantry Target (MIT) emplacements.
Supporting documents provide detailed specifications for various components:
- Target Systems: Specifications for Stationary Infantry Targets (SIT), Moving Infantry Targets (MIT), Stationary Armor Targets (SAT), and Moving Armor Targets (MAT), including electrical, communications, and physical design (EXHIBIT H, G, I, J, Q, O).
- Infrastructure: Details on trench system repairs (EXHIBIT Z), gate design (EXHIBIT U), range limit markers (EXHIBIT Y), and target protection berms (EXHIBIT S, T).
- Electrical & Communications: Extensive details on power centers, fiber optics, electrical diagrams, and communication requirements for target emplacements (EXHIBIT R - TAB E, F; EXHIBIT P).
- Site Specifics: Maps and layouts of JMMU, MAT, and MIT locations, including existing conditions and required modifications (EXHIBIT A, AA, B, C, D, E, L).
- Operational Constraints: Mandatory shutdown times (EXHIBIT N) and concrete repair manual (EXHIBIT K) are provided.
Key Requirements & Qualifications
Respondents should be active SAM-registered small businesses with NAICS 236220 in their SAM profile. The resulting contract will be awarded using a Best Value approach. The SOW emphasizes a Design-Build approach and requires contractors to have experience with Live Fire Range Design Build Projects, including a Military Experienced Master Gunner on staff.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- NAICS: 236220 (Repair Or Alteration Of Other Non Building Facilities)
- Magnitude: Between $5M and $15M (includes base and optional tasks)
- Period of Performance: From award date to April 30, 2027, with specific physical construction windows (November 30, 2026 – April 30, 2027 for Behind LOA; February 12, 2027 – April 12, 2027 for Forward of LOA).
- Response Due: May 15, 2026, at 1:00 PM EDT.
Submission Instructions
Interested contractors must submit a capabilities statement reflecting their ability to perform the work outlined in the draft SOW, including all base and optional tasks, along with proof of active SAM registration. Responses shall be emailed to David Boyd at david_boyd@ibc.doi.gov. No questions will be answered regarding this notice.
Contact Information
- Primary Point of Contact: Boyd, David
- Email: DAVID_BOYD@IBC.DOI.GOV
- Phone: 7039644853