DESIGN BID BUILD FY22 UMMC, WATER INFRASTRUCTURE TO THE PERMANENT EXERCISE COMPLEX (PEC) and RANGE SUPPORT COMPLEX (RSC), MELROSE AIR FORCE RANGE (MAFR), CURRY COUNTY, NEW MEXICO
ID: W912PP25R0017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST ALBUQUERQUEALBUQUERQUE, NM, 87109-3435, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 8:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design Bid Build project focused on water infrastructure at the Melrose Air Force Range in Curry County, New Mexico. The project aims to establish essential water lines connecting the Permanent Exercise Complex (PEC) and the Range Support Complex (RSC), including the construction of a new well and installation of filtration systems. This initiative is critical for enhancing military operational capabilities and ensuring compliance with federal, state, and local regulations throughout the construction process. Interested small businesses must submit their proposals by April 23, 2025, with an estimated contract value between $1 million and $5 million. For further inquiries, potential bidders can contact Karen Irving at karen.k.irving@usace.army.mil or by phone at 505-342-3356.

Point(s) of Contact
Files
Title
Posted
Apr 21, 2025, 4:06 PM UTC
This document details Amendment No. 0001 to Solicitation No. W912PP25R0017, issued by the U.S. Army Engineer District, Albuquerque, which pertains to a Design Bid Build project for water infrastructure at Melrose Air Force Range, New Mexico. The amendment outlines how offers must acknowledge receipt by specific methods before the stated deadline to avoid rejection. It incorporates revisions to the specifications and drawings, specifying the pages to be deleted and substituted, with changes highlighted for clarity. Provisions about contractor representations, certifications, and important clauses, alongside various small business program requirements are included. Notable changes emphasize compliance with biobased and sustainable procurement guidelines, as well as maintaining adherence to the Buy American requirements for construction materials. Contractors need to ensure that all amendments and updated documents align with their offerings, highlighting a structured approach to adherence and accountability in federal contracting practices. The document serves as a clear directive for bidders about acknowledging amendments, understanding project requirements, and complying with federal regulations in their proposals.
This document is Amendment No. 0002 to Solicitation No. W912PP25R0017, focusing on the design and construction of water infrastructure at Melrose Air Force Range, New Mexico. The amendment outlines necessary revisions to project specifications, including changes to utility-related utilities, wastewater pumping stations, and detailed drawing updates. It specifies acknowledgment methods for the receipt of amendments, detailing submission requirements for offerors and contractors, and the inclusion of revisions as specified in the document. Key details include provisions for contractor responsibilities concerning utility services—covering water supply, electricity, and waste disposal, while emphasizing minimal disruption to existing services during construction. Additional stipulations concern compliance with safety standards, quality control measures, and the handling of existing underground utilities. Specific changes in infrastructure include updated construction drawings for various waterline installations. Overall, this amendment clarifies project requirements, ensuring contractors are informed of the modifications necessary to comply with federal standards while executing the water infrastructure project at the military facility.
This document serves as Amendment No. 0003 to Solicitation No. W912PP25R0017, which pertains to a Design-Bid-Build project for water infrastructure at the Melrose Air Force Range in New Mexico. The amendment outlines procedures for acknowledging receipt, submission deadlines, and requirements for modifying already submitted offers. Proposals must be received by April 23, 2025, and the project falls under a Small Business Set Aside for Lowest Price Technically Acceptable bids, with a construction cost estimated between $1 million and $5 million. Additionally, the amendment highlights wage determinations under the Davis-Bacon Act, specifying that contractors must pay prevailing wages and comply with Executive Orders regarding minimum wage. The document includes detailed wage rates for various classifications of workers needed for construction in the specified counties in New Mexico. The amendment also emphasizes the need for contractor acknowledgment of the document to avoid potential rejection of offers and outlines specific modifications to the specifications and drawings. Overall, the document addresses compliance, modifications to proposals, and wage requirements to ensure informed participation in the solicitation process.
This document serves as Amendment No. 0004 to Solicitation No. W912PP25R0017, pertaining to a water infrastructure project at the Melrose Air Force Range in New Mexico. It outlines the necessary acknowledgment procedures for offers related to this solicitation, emphasizing that failure to acknowledge receipt of this amendment may lead to rejection of bids. The amendment includes specifications for changes to contracting forms, revisions to drawings, and updates on labor classifications and wage determination in accordance with the Davis-Bacon Act and related Executive Orders. Key changes in pages and drawing revisions are documented, as is the significance of adhering to specified wage rates based on contract dates. The document highlights the authority of the U.S. Army Corps of Engineers in managing project specifications and compliance with federal labor standards, as well as the provision for potential appeals regarding wage determinations. This amendment illustrates the ongoing procedural updates necessary for contract adherence within federal construction projects and the commitment to maintaining proper labor standards and compliance.
The document outlines the planning and design of a water infrastructure project at Melrose Air Force Range, Curry County, NM. The project, designated by contract number W912PP-25-C-XXXX, aims to establish water lines connecting two key facilities: the Permanent Exercise Complex (PEC) and the Range Support Complex (RSC). Key tasks include the construction of a new well, installation of filtration systems, and essential waterlines for both locations. Detailed site plans, demolition requirements for existing structures, and specifications for the new infrastructure are provided. The document stresses adherence to federal, state, and local regulations throughout the construction process. Environmental considerations, such as the proper disposal of excavated materials and protection of existing utilities, are highlighted. The inclusion of various engineering drawings and notes indicates a comprehensive approach to ensure the project meets safety and operational standards while delivering necessary water services to military assignments. Overall, this initiative reflects the government's commitment to upgrading infrastructure to support military operations effectively and sustainably.
The document is a solicitation from the U.S. Army Corps of Engineers for the development of water infrastructure at Melrose Air Force Range, New Mexico, under Solicitation No. W912PP25R0017. It outlines the project's scope, which includes constructing water utility distribution systems, potable water supply wells, and various filtration and storage facilities. The procurement is set as a Small Business Set Aside, emphasizing the selection of proposals based on technical acceptability and cost, with an estimated contract value between $1,000,000 and $5,000,000. Proposals must adhere to prescribed submission formats and include technical and price proposals, with each comprising specific evaluation factors such as past performance and management approach. Key details on bonding requirements, safety regulations, and tax considerations are provided, while technical inquiries are directed through a designated online portal prior to the proposal deadline. The importance of adhering to submission guidelines is stressed, as non-compliance may lead to disqualification. The document serves as a comprehensive directive for potential bidders to ensure they meet all criteria for a successful proposal submission.
Similar Opportunities
WSMR Sewer Installation Bldg. 90140
Buyer not available
The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Bliss, is seeking bids for a firm fixed price construction contract to install a sewer line to Building 90140 at White Sands Missile Range, New Mexico. The project involves extending sewer service by installing a new 6-inch diameter PVC sewer line and a 48-inch diameter concrete service manhole, with all work to be completed within 60 calendar days following the issuance of a Notice to Proceed. This acquisition is set aside for small businesses under NAICS code 237110, with an estimated procurement value between $100,000 and $250,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact MAJ Cuong Tran at cuong.m.tran5.mil@army.mil or 915-247-4468 for further details, with the solicitation expected to be issued around May 5, 2025.
Sewage Pumping and Removal Conchas Dam Project, San Miguel County, New Mexico
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for sewage pumping and removal services at the Conchas Dam Project in San Miguel County, New Mexico. The contract aims to ensure proper sewage disposal for government facilities within the project boundaries, requiring the contractor to perform pumping services within two working days of notification. This initiative is crucial for maintaining sanitary conditions in recreational areas managed by the Corps, with a total award amount of approximately $9 million and a contract duration from April 30, 2025, to December 31, 2025, with options for extension. Interested small businesses, particularly women-owned, should contact MAJ Matthew Nulk at matthew.nulk@usace.army.mil or Robert McPherren at robert.j.mcpherren@usace.army.mil for further details.
Replace Water Service Lines
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of water service lines at Goodfellow Air Force Base in Texas. The project entails providing new domestic water service lines, including all necessary plumbing, fittings, and connections, while utilizing lead-free materials and conducting hydro-excavation of existing lines as per the Statement of Work. This initiative is crucial for ensuring the health and safety of base personnel by replacing contaminated water lines and maintaining compliance with federal standards. Interested contractors must submit their bids by May 2, 2025, and are required to have an active registration in the System for Award Management (SAM). The estimated project cost ranges between $100,000 and $250,000, with key contacts including SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil and Ryan Ramjit at ryan.ramjit.2@us.af.mil for further inquiries.
AJJW 25-1071M Repair Marbo BPS Tank 2, Wells 1 and 3
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Marbo Bulk Pumping Station (BPS) Tank 2 and Wells 1 and 3 at Andersen Air Force Base in Guam. The project entails significant upgrades, including the installation of a dual pump system, rehabilitation of the chlorination control room, and various repairs to ensure compliance with operational standards and environmental regulations. This initiative is crucial for maintaining reliable water supply infrastructure at the military installation, with an estimated contract value between $20 million and $100 million and a performance period of 800 calendar days. Interested HUBZone small businesses must submit their proposals electronically by May 30, 2025, and can direct inquiries to Francyn Salas at francyn.salas@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil.
W911SG25BA001-Raised Curb at the intersection of Picatinny and Headquarters at White Sands Missile Range (WSMR), New Mexico.
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a raised curb at the intersection of Picatinny and Headquarters at White Sands Missile Range (WSMR), New Mexico. The project requires compliance with federal, state, and local laws, with contractors responsible for obtaining necessary permits and providing all labor and materials within a performance period of 90 calendar days, including a 30-day preconstruction phase. This initiative is crucial for enhancing traffic control and safety at the site, with an estimated construction cost between $25,000 and $100,000. Interested small businesses must submit their bids by May 15, 2025, and can direct inquiries to Ricardo Cedillo at ricardo.a.cedillo.civ@army.mil.
LXEZ201076 Repair Water Lines Around Airfield, II
Buyer not available
The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base in Okinawa, Japan, is seeking contractors for a Firm-Fixed Price (FFP) Design-Build contract to repair water lines around the airfield. The project involves replacing existing water distribution mains, installing new fire hydrants, and implementing SCADA systems for water quality monitoring, with a focus on sustainable practices in accordance with UFC guidelines. This significant undertaking, estimated to cost between $25 million and $100 million, is expected to take approximately 841 calendar days, with a solicitation release planned for on or after May 22, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can contact Kurt Stuebs or Marcus Reedom for further information.
Repair Rebuild Route 219
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the repair and rebuilding of Route 219 at White Sands Missile Range in New Mexico. The project involves the removal and replacement of the existing roadway, including the disposal of asphalt and base materials, processing of subgrade, and application of new asphalt and pavement markings, all while preserving existing tank trails. This construction effort is critical for maintaining safe and efficient transportation routes within the military installation. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has an estimated value between $500,000 and $1 million, with a duration of 90 days post-award. Interested contractors should contact Silvia Kane at silvia.i.kane.civ@army.mil for inquiries and must be registered in the System for Award Management (SAM) by the bid submission date, with the solicitation expected to be issued around May 7, 2025.
Rehabilitation of Wells 585 & 606
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the rehabilitation of Wells 585 and 606 at MCB Camp Lejeune, North Carolina. The project involves installing new submersible pumps, stainless-steel piping, and various associated components, with strict adherence to environmental, health, and safety regulations, as well as compliance with the Buy American Act. This initiative is crucial for ensuring the operational integrity of water supply systems at the military base, with an estimated contract value between $250,000 and $500,000 and a completion timeframe of 360 days post-award. Interested small business contractors must submit their proposals by May 1, 2025, and can direct inquiries to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
Repair Drainage and Outfalls
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for a firm fixed price contract to repair drainage and outfalls at Malmstrom Air Force Base in Montana. The project involves replacing and repairing storm drainage facilities at designated outfall locations, with a total expected contract value between $1,000,000 and $5,000,000, and is set aside exclusively for small businesses. This initiative is crucial for enhancing water management systems at the base, ensuring compliance with federal engineering standards while addressing existing drainage challenges. Interested contractors must submit their proposals by May 8, 2025, and are encouraged to attend a pre-proposal site visit on April 14, 2025, for further insights into the project requirements. For inquiries, contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.
Repair Industrial Wastewater Sewer System
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for the repair of the industrial wastewater sewer system at the 105th Airlift Wing in Newburgh, New York. The project involves repairing 18 manholes and investigating an 8-inch PVC pipe system that currently suffers from groundwater intrusion, with a focus on utilizing an approved polyurea lining system. This maintenance is critical for ensuring the operational integrity of the Air National Guard and compliance with environmental standards. Interested small businesses must submit their quotes by 11:00 AM EST on April 30, 2025, and can contact Joseph Kugler at joseph.kugler.1@us.af.mil for further information. The contract will be awarded based on the lowest priced quote that meets the requirements outlined in the Performance Work Statement, with funding contingent upon the availability of appropriated funds.