INDUSTRY DAY SITE VISIT on 14 and 15 May 2025 for the Above Ground Construction Services Contract (CSC) pre solicitation
ID: HDTRA225RE0010001Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

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 on May 14-15, 2025, to engage potential vendors for the Above Ground Construction Services Contract (CSC) at Kirtland Air Force Base and White Sands Missile Range. This event aims to provide industry participants with insights into the contract requirements and gather feedback on the draft solicitation and acquisition strategy, which includes general test support, new construction, repairs, and demolition services. The total estimated contract value is $400 million, structured as a total small business set-aside with an Indefinite Delivery Indefinite Quantity (IDIQ) format, allowing for various task order payment structures. Interested vendors must contact Ryan Margraf at ryan.d.margraf.civ@mail.mil or call 505-353-4089 for further details and to ensure compliance with access requirements, including background checks for entry to the facilities.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a Construction Services Contract (CSC) issued by the Defense Threat Reduction Agency (DTRA). The solicitation, HDTRA225RE001, is aimed at enhancing construction efforts at Kirtland Air Force Base and White Sands Missile Range in support of DTRA’s testing missions. It specifies services including general test support, new construction, repairs, and demolition of test structures. The acquisition type is a total small business set-aside with an Indefinite Delivery Indefinite Quantity (IDIQ) format, allowing task orders with varying payment structures, including Firm-Fixed Price, Time and Materials, and Fixed Price Level of Effort. The total estimated contract value is $400 million, with a minimum order amount of $50,000. Important requirements include insurance liabilities, adherence to federal wage determinations, and a fair opportunity process for contractors to propose on task orders. Key provisions around inspections, payment procedures, and special clause requirements are detailed, ensuring compliance and quality of work. Overall, the contract is structured to ensure diverse small business participation while fulfilling critical construction needs for national defense.
    The U.S. Government is hosting an Industry Day on May 14-15, 2025, at Kirtland Air Force Base (AFB) to engage potential vendors for a contract focused on Above Ground Construction Services. The event allows vendors to explore performance locations and engage in discussions with government representatives to inform the Request for Proposal (RFP) process. Visitors must arrive at the Kirtland AFB Turman Gate at 8 AM and adhere to entry requirements, including having a valid photo ID and compliance with the REAL ID Act. Accommodations can be found in Albuquerque, NM, with car rentals recommended to have four-wheel-drive capabilities for accessing remote areas. Additionally, attendees will need to secure base access, especially for the White Sands Missile Range (WSMR) on May 15, where background checks are mandatory. Documentation required includes valid identification and proof of vehicle insurance. The document emphasizes strict security protocols, prohibiting items such as weapons and explosives on the installations, reinforcing the need for compliance to ensure safety during the Industry Day events. This effort highlights the government’s commitment to soliciting public and private sector collaboration in fulfilling construction service needs through structured engagement opportunities.
    The document outlines the procedure for obtaining an Access Badge (WAB Badge) to enter the White Sands Missile Range (WSMR) as per Army Regulation 190-13 and WSMR Visitor Control Policy 2024. The primary purpose is to evaluate the suitability of individuals seeking access by conducting state and federal criminal history checks. Personal information collected includes legal names, organizations, and visit details, which must be submitted voluntarily; however, failure to provide this information may result in denied access. Sponsoring organizations are responsible for ensuring all personnel complete an Unexploded Ordnance (UXO) briefing prior to their visit. Additionally, the document contains contact details for a sponsoring official for coordination and approval of access requests. This form is critical for maintaining security while facilitating appropriate access to restricted military areas.
    The document outlines the process for requesting access to the White Sands Missile Range (WSMR) through an NCIC-III Check. It establishes regulatory authority from various legal frameworks, including Army Regulation 190-13, to assess the suitability of individuals seeking access. Key information required includes personal identification details, driver's license numbers, and access dates, alongside contact information for sponsors. Disclosure of personal data is voluntary, but incomplete submissions may lead to denied access. The completed forms are submitted to a specified Army email for processing, and the document emphasizes the importance of thoroughness in providing required information. This protocol is essential for maintaining security at WSMR and assists both military and civilian authorities in evaluating individual backgrounds for facility access.
    The document outlines the procedures for obtaining a short-term visitor pass at Kirtland Air Force Base. It specifies that a sponsor must complete and submit a pre-notification form to the Visitor Control Center (VCC) at least 72 hours prior to the visitor's arrival. The form includes sections for both sponsor and visitor details, including names, Social Security number, organization, contact information, and identification proof. The visitor must show a valid government-issued ID to receive the pass, which is valid for a maximum of 30 days. If a visitor requires multiple passes totaling 30 days or more within 90 days, a long-term pass must be arranged. The sponsor is held responsible for the visitor’s actions and must comply with all procedures to maintain sponsorship privileges. Additionally, the document emphasizes the importance of privacy and the necessity of the information provided for validation of entry eligibility onto the base, underlining adherence to security protocols essential for military installations.
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    INDUSTRY DAY: SURVIVABLE AIRBORNE OPERATIONS CENTER (SAOC), Offutt AFB, NE (SAOC) CONSTRUCTION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Omaha District, is hosting an Industry Day for the Survivable Airborne Operations Center (SAOC) Program and the construction of a 2-Bay Maintenance Hangar and Taxiway at Offutt Air Force Base, Nebraska. This procurement involves the construction of a 315,000 square foot maintenance hangar designed to accommodate two Boeing 747-8i aircraft, along with necessary support facilities and infrastructure, with an estimated construction cost exceeding $500 million. The event, scheduled for January 22, 2026, will provide prime contractors the opportunity to learn about the project, engage in a Q&A session, and request one-on-one interviews with government representatives, with a focus on contractors capable of bonding $1 billion or more for a single project. Interested parties must contact Margarette Wolfe or Jessica Jackson by January 20, 2026, to request a time slot for the one-on-one sessions.
    Industry Day FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is hosting an Industry Day in February 2026 to engage small business vendors for a Blanket Purchase Agreement (BPA) focused on Small Unmanned Aircraft Systems (sUAS). The procurement aims to acquire sUAS compliant with the Blue UAS Cleared or Select Lists, along with repair parts, sustainment support, and technical expertise for these systems. This initiative is crucial for enhancing the operational capabilities of the military through advanced drone technology. Interested vendors must respond with company information and authorization documentation, and participation requires two forms of government-issued identification. For further inquiries, vendors can contact Justin C. Gould at justin.c.gould5.mil@army.mil or Nataly Johnson at nataly.l.johnson.mil@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.
    ETFO for DTRA Strategic Systems Detection (SSD) Special Testbed
    Dept Of Defense
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), has approved an Exception to Fair Opportunity (ETFO) for the award of a contract to Applied Research Associates (ARA) for the Strategic Systems Detection (SSD) Special Testbed under the Countering Weapons of Mass Destruction (CWMD) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to enhance capabilities in national defense research and development services, specifically focusing on defense-related activities and experimental development. The SSD Special Testbed is critical for advancing technologies that counter threats posed by weapons of mass destruction. For further inquiries, interested parties may contact Julliette Hernandez at julliette.n.hernandezsantamaria.civ@mail.mil or by phone at 571-616-5782, or Mary Kay Chase at mary.k.chase2.civ@mail.mil.
    FY25-29 STRATEGIC TRENDS RESEARCH INITIATIVE BROAD AGENCY ANNOUNCEMENT
    Dept Of Defense
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is soliciting proposals for the FY25-29 Strategic Trends Research Initiative Broad Agency Announcement (BAA), aimed at addressing challenges related to weapons of mass destruction (WMD) and emerging threats over the next 5-10 years. This initiative seeks white papers that will support DTRA's mission to deter strategic attacks and enhance national defense capabilities, focusing on analytical studies and international dialogues to inform U.S. defense strategies. With a total funding allocation of approximately $35.88 million, the BAA encourages participation from various eligible entities, including universities and research institutions, with a white paper submission deadline of September 18, 2024. Interested parties can contact Ohaji K. Yarborough at ohaji.k.yarborough.ctr@mail.mil or Christina Clark at christina.clark3.civ@mail.mil for further information.