Skip to main content

An official website of the United States government

You have 2 new alerts

Access to Firearm Training Facility - ICE/ERO/Chicago Field Office

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jan 25, 2024 12:48 pm EST
  • Original Response Date: Jan 30, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 14, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: G003 - SOCIAL- RECREATIONAL
  • NAICS Code:
    • 713990 - All Other Amusement and Recreation Industries
  • Place of Performance:
    Wichita , KS 67218
    USA

Description

The Department of Homeland Security (DHS), U.S. Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ), on behalf of the Enforcement and Removal Operations (ERO), Chicago Field Office intends to award a fixed-price purchase order on a sole source basis to Range 54 LLC (physical address: 5725 E Kellog Dr., Wichita, KS 67218, United States; Unique Entity ID: KYL2BBZKUYC3; and Cage Code: 80B35).

The ICE ERO Chicago Field Office, Wichita, KS Sub-office (555 N Woodlawn St., Wichita, KS) requires access to a firearm training facility that meets several mission essential requirements. First, the facility must be within a 10 mile distance from the Wichita Sub-office. Second, the shooting facility must be located within 10 miles of a trauma center which possesses an Automated External Defibrillator (AED) onsite. Finally, third, the shooting facility must also have the capability to meet specific needs including, pistol and rifle shooting capabilities (e.g., delineated shooting range distances, shooter maneuverability, projectile velocity requirements, etc.)

Range 54 LLC is the only responsible source capable of meeting these requirements and no other firearm training facility is able to satisfy the agency’s minimum requirements. Market research demonstrated that although there are other firearm training facilities within a 10 mile radius of the sub-office and a trauma center, these vendors do not meet the Government’s facility requirements as set forth in the Statement of Work.

The shooting facility operated by Range 54 LLC is located approximately 1.8 miles from the Wichita Sub-Office, and is also located approximately 2.8 miles from the trauma facility. The firearm training facility operated by Range 54 LLC is the only facility able to meet all of the facility requirements.

The period of performance of this purchase order is anticipated to be for a total of 60 months (inclusive of one (1) 12-month base period and four (4) 12-month option periods). These services will be acquired in accordance with Federal Acquisition Regulation Part 13, Simplified Acquisition Procedures.

This notice is NOT a request for proposals or quotes. This is a notice of the Government’s intent to issue a sole source award to Range 54 LLC for the required services. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Responses to this notice may be considered when determining whether a competitive procurement is in the best interest of the Government. Interested parties may identify their interest and capability to fulfill this requirement by responding to this notice no later than the closing date by email to John.Kurtz@ice.dhs.gov; no telephone communications will be entertained. The subject line in the email shall state “Response to Notice – Access to Firearm Training Facility.” All information submitted should support the offeror’s capability to provide the required services and shall be furnished at no cost to the Government. The Government reserves the right to cancel the sole source award. 

Contact Information

Contracting Office Address

  • 500 12TH ST SW
  • WASHINGTON , DC 20024
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Feb 14, 2024 11:55 pm ESTPresolicitation (Original)