INDUSTRY DAY SITE VISIT on 14 and 15 May 2025 for the Above Ground Construction Services Contract (CSC) pre solicitation
ID: HDTRA225RE0010005Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE THREAT REDUCTION AGENCY (DTRA)DEFENSE THREAT REDUCTION AGENCYKIRTLAND AFB, NM, 87117-5669, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is hosting an Industry Day site visit on May 14 and 15, 2025, at Kirtland Air Force Base and White Sands Missile Range for the Above Ground Construction Services Contract (CSC) pre-solicitation. This event aims to provide potential contractors with insights into the requirements and to gather feedback on the draft solicitation and proposed acquisition strategy, facilitating vendor engagement and discussions. The contract will encompass a range of construction services, including test support, new construction, maintenance, and demolition, with a maximum program value of $400 million and a minimum guaranteed amount of $50,000 per awardee. Interested parties should contact Ryan Margraf at ryan.d.margraf.civ@mail.mil or 505-353-4089 for further details, and must adhere to security protocols for base access, including submitting a Pre-Notification Form at least 72 hours prior to arrival.

    Files
    Title
    Posted
    The document outlines the solicitation for construction services by the Defense Threat Reduction Agency (DTRA) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. It specifies the scope of work required, including test support, new construction, maintenance of structures, and demolition services at Kirtland Air Force Base and White Sands Missile Range. The government seeks to award up to five contracts, with a maximum program value of $400 million and a minimum guaranteed amount of $50,000 per awardee. Proposals will be evaluated on a competitive basis, with strict adherence to the General Services Administration (GSA) regulations. The solicitation emphasizes that contractors must comply with federal wage determinations and insurance liability requirements, as well as various federal acquisition clauses. The document details the timeline for performance, acceptance inspections, and proposal submission. This solicitation aligns with governmental procedures to ensure fair opportunity for small businesses and promote compliance with applicable laws and regulations throughout the contract duration.
    The document outlines an upcoming Industry Day for an Above Ground Construction Services Contract at Kirtland Air Force Base, scheduled for May 14-15, 2025. This event aims to facilitate vendor engagement, site visits, and discussions, aiding the government in refining the Request for Proposal (RFP). Attendees must arrive at 8:00 AM at the Kirtland AFB Turman Gate and are provided with information regarding local lodging and rental car services. Access to Kirtland AFB requires a Common Access Card (CAC), or visitors must complete a Pre-Notification Form for entry. They must also present valid photo ID, vehicle registration, and proof of insurance, while adhering to REAL ID Act compliance. A similar entry process applies for White Sands Missile Range (WSMR), which necessitates passing a federal background check. The document emphasizes that prohibited items include weapons and hazardous materials. This Industry Day is essential for contractors looking to engage with government agencies in construction opportunities and highlights security and access protocols for federal installations.
    The White Sands Missile Range Access Badge (WAB Badge) Up-Range Request Form, governed by Army Regulation 190-13 and WSMR Visitor Control Policy 2024, is designed to assess the suitability of individuals requesting access to the missile range. The form collects personal information such as name, organization, and purpose of visit, to facilitate state and federal criminal background checks. Disclosure of this information is voluntary, but failure to provide it may lead to denial of access. Requests must be approved by the Directorate of Emergency Services, and sponsoring organizations are required to ensure personnel complete an unexploded ordnance briefing prior to requesting access. This form serves as a critical tool in maintaining security protocol and oversight at the White Sands Missile Range while allowing controlled access for authorized personnel.
    The document outlines the procedures for submitting a request for an NCIC-III background check for individuals seeking access to the White Sands Missile Range (WSMR). Governed by Army Regulation 190-13, its primary aim is to assess the suitability of individuals requesting access by conducting state and federal criminal history checks. Personal information collected, including the applicant's legal name, birth date, driver's license details, and purpose for access, will be used for this evaluation. The disclosure of information is voluntary, but failure to provide necessary details may lead to denied access. The form requires completion and submission to the Directorate of Emergency Services via a provided email. If access pertains to a contractual purpose, the Contracting Officer's Representative serves as the sponsor. This process emphasizes the importance of security in military operations by ensuring only authorized personnel gain access to sensitive facilities. Overall, the document illustrates a systematic approach to maintaining security protocols at WSMR.
    The Kirtland Air Force Base Short Term Visitor Pass Pre-Notification Form outlines the process for sponsoring visitors on the base. The form must be submitted to the Visitor Control Center (VCC) at least 72 hours prior to the visitor’s arrival, containing detailed sponsor and visitor information, including names, Social Security numbers, organization, and contact details. All visitors are required to present a valid government-issued ID upon arrival to obtain their pass. The pass is limited to a maximum of 30 days; any visitor requiring more than three passes within a 90-day period must follow procedures for a long-term pass. Sponsors acknowledge their responsibility for visitor actions and potential loss of privileges for non-compliance. The document also includes a Privacy Act statement, emphasizing confidentiality and the necessity of shared information for validating the entry eligibility of visitors. Overall, this form serves to ensure security and accountability for visitor access to military installations, reflecting regulatory importance in the context of federal access protocols.
    Similar Opportunities
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    GUIDED MISSILE BUILDING ON SALINAS PEAK, AT WHITE SANDS MISSILE RANGE, SIERRA COUNTY, NEW MEXICO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a guided missile building on Salinas Peak at the White Sands Missile Range in Sierra County, New Mexico. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1FB for the construction of recreational buildings. The successful contractor will play a crucial role in supporting military operations by providing essential infrastructure at a key testing and training facility. Interested parties can reach out to Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further details regarding the solicitation process.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This program aims to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global national security. The contractor will be responsible for training, equipping, and supporting partner nations, including logistics management and event planning, with a focus on compliance with U.S. and international regulations. Interested parties should note that the solicitation will be released in the second quarter of fiscal year 2025, and inquiries can be directed to Jocelyn Fritz or Eric M Rode at the provided email address.
    DRAFT: OB BP IDIQ
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking qualified contractors for the DRAFT: OB BP IDIQ opportunity, aimed at enhancing the capacity of partner nations to counter weapons of mass destruction (WMD) and chemical, biological, radiological, and nuclear (CBRN) threats. The contract will primarily support DTRA's Countering-WMD Security Cooperation Engagement Program (CSCEP) and the International Counterproliferation Program (ICP), focusing on establishing or enhancing partner nation capabilities to deter, detect, interdict, or respond to WMD proliferation. This initiative is critical for the Department of Defense and U.S. Government in their efforts to deter strategic attacks and prevail against WMD-armed adversaries. Interested parties can reach out to primary contact Jocelyn Fritz at jocelyn.m.fritz.civ@mail.mil or 571-616-5277, or secondary contact Eric Rode at eric.m.rode.civ@mail.mil or 571-616-6145 for further information. The final Request for Proposal (RFP) is expected to be issued before the end of the fiscal year, with updates available on the SAM.gov entry.
    Pre-bid Site Visit Announcement for Upcoming Construction Services Project at Cape Cod Space Force Station (CCSFS) in Bourne, MA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a pre-bid site visit for an upcoming construction services project at the Cape Cod Space Force Station (CCSFS) in Bourne, Massachusetts. This opportunity involves construction related to power and communication line and related structures, with a focus on compliance with specific site security requirements during the visit. The site visit is scheduled for mid-December 2025, with exact dates to be confirmed upon solicitation posting, and interested offerors are advised to limit attendance to six personnel per company, adhering to strict security protocols. For further details, including security requirements and contact information, interested parties should reach out to Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. This large-scale construction project is estimated to have a magnitude between $100 million and $250 million and will involve the design-bid-build delivery method, requiring contractors to provide a complete facility that meets specific Department of Defense standards. The project includes the construction of two buildings, extensive utility work, and compliance with cybersecurity requirements, emphasizing the importance of labor-management stability and efficiency in federal procurement. Interested parties must submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages.
    ETFO for Electromagnetic Reliability and Effects Predictions Program V
    Dept Of Defense
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is seeking a qualified contractor for the Electromagnetic Reliability and Effects Predictions Program V. This procurement is aimed at identifying the only available source capable of performing the required services related to electromagnetic reliability and effects predictions, which are critical for national defense research and development activities. The work will take place in Albuquerque, New Mexico, and is essential for ensuring the reliability of defense systems under electromagnetic conditions. Interested parties can reach out to Michelle Hoge at michelle.m.hoge.civ@mail.mil or call 571-616-4974 for further details regarding this opportunity.
    USACE SPK Design Build (DB) Construction, NSA-U Consolidation Mission Facility, Utah-Virtual Industry Day
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is hosting a Virtual Industry Day to discuss the Design Build (DB) construction of the NSA-U Consolidation Mission Facility in Utah. This project involves the design and construction of various facilities, including an administrative building, commons facility, parking structure, and vehicle control point, all adhering to Sensitive Compartmented Information Facility (SCIF) standards. The estimated construction cost ranges from $250 million to $500 million, with a completion timeline of 1,310 calendar days. Interested parties should RSVP by January 8, 2026, to participate in the event scheduled for January 14, 2026, from 9:00 AM to 11:00 AM Pacific Time, by contacting Natalia Gomez or Rachel L. Kinney via email.