AI helper
This is a Statement of Work (SOW) for the Jack Mountain Multiuse (JMMU) Range upgrades, repairs, and modernizations at Fort Hood, Texas. The project requires procurement of material and labor to design and execute repairs and modernization of the JMMU range infrastructure. The scope includes base bid tasks for preconstruction activities, repair and modification of moving armored targets (MAT) emplacements, stationary infantry targets (SIT) at clusters, and stationary armor targets (SAT) emplacements. Several optional tasks are also detailed, including replacing timbers with concrete panels, furnishing and installing FASIT BOI MAT target equipment, installing sump pump systems, replacing range limit markers, repairing SACON trench system command and machinegun bunkers, replacing timbers with mafia block/bin block at SATs, grading drainage ditches and clearing culverts, installing gates, procuring portable armored target systems, and installing moving infantry target (MIT) emplacements. Contractor qualifications require experience with live fire range design-build projects and a military experienced master gunner on staff. Proposal requirements include a design and construction plan with a fast-track approach, a rapid design development plan, a material procurement and logistics plan, and a construction schedule. The government commits to providing responses to design submittals, review comments, and RFIs within three business days. The period of performance is from the date of project award to April 30, 2027, with specific dates for work behind and forward of the Limit of Advance (LOA). The SOW also details applicable documents, specific tasks for each repair and modernization effort, bid options with their respective requirements, site visit and kickoff meeting procedures, construction compliance inspection (CCI) and target interface inspection (TII) processes, acceptance phase, deliverables, schedule of items, place of performance, hours of operation, travel, contractor excluded responsibilities, government furnished property, reports, hazardous information, personnel requirements, contracting officer representative (COR) details, security requirements, installation access, and range access procedures. A Sources Sought Notice indicates the government is looking for active SAM registered small businesses with NAICS **** for this project, with a magnitude between $5M and $15M. Responses to the Sources Sought were due by May 15, 2026.
The actual physical work onsite is scheduled to commence on November 30, 2026, and conclude on April 30, 2027.
The contractor shall provide a minimum two 2 year warranty on all hardware and software components, covering defects in materials and workmanship.
The resulting contract will be awarded using best value.
Contractor qualifications require experience with live fire range design build projects, military experienced master gunner on staff and on site with the additional skill identifiers ASI: A8 Master Gunner M1/M1A1 Tank or J3 Bradley Fighting Vehicle System Master Gunner.
The contractor shall coordinate a site visit and kickoff meeting date TBD within five 5 calendar days after notice to proceed.
The disclosure of magnitude for this project is between 5m and 15m, which includes all base and optional tasks.