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
    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 labor standards, as outlined in the Davis-Bacon Act. 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
    The document outlines Amendment No. 0006 to Solicitation No. W912PP25R0017 issued by the U.S. Army Engineer District, Albuquerque. It emphasizes that offers must acknowledge the receipt of the amendment prior to the date specified to avoid the rejection of proposals. Contractors can acknowledge this amendment through specific methods outlined, such as returning forms or sending letters, ensuring all references to the solicitation and amendment numbers are included. Additionally, this amendment revises Block 13A of the SF1442 to set a new date of May 2, 2025, while the time remains unchanged. The overall purpose of the amendment is to update and clarify contractor responsibilities in alignment with federal procurement procedures for infrastructure projects at the Melrose Air Force Range in New Mexico. All other terms and conditions remain in full force, emphasizing the continuation of existing agreements while updating critical documentation. This amendment demonstrates the structured approach within federal RFP processes to maintain transparency and clarity among all contractors involved.
    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.
    This document outlines Amendment No. 0005 to Solicitation No. W912PP25R0017 regarding a water infrastructure project at the Melrose Air Force Range in New Mexico. The amendment specifies requirements for offer acknowledgment and modifications to the original solicitation. Key updates include changes to construction specifications, deadlines, and revisions to associated drawings quantifying various waterline installations from a proposed well to a filtration building and distribution systems. Contractors must submit amended proposals and comply with technical specifications such as installation details, environmental controls, and hazardous material handling. This amendment also emphasizes the importance of project stability post-construction, adherence to AWWA standards for water disinfection, and coordination of infrastructural developments in accordance with established guidelines. Overall, this document serves to refine project expectations, maintain compliance with federal procurement protocols, and facilitate the effective execution of water infrastructure enhancements crucial for military operations.
    This document is Amendment No. 0007 to Solicitation No. W912PP25R0017, concerning the Design Bid Build for Water Infrastructure at Melrose Air Force Range, New Mexico, issued by the U.S. Army Engineer District, Albuquerque. The amendment outlines the procedures for acknowledging the receipt of this amendment by contractors, emphasizing the importance of timely acknowledgment to avoid offer rejection. It also provides specific modifications, notably changing the deadline for Block 13A of the SF1442 to May 5, 2025, while stating that no other provisions have changed. Contractors are required to sign and return copies of the document to the appropriate issuing office. This amendment reflects ongoing federal initiatives to improve military infrastructure while ensuring compliance with formal solicitation and contracting procedures. It underscores the critical role of communication and proper documentation in federal contracting processes.
    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
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    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.
    Town of Cairo – Water System Improvements Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Pittsburgh District, is seeking capable contractors for the Water System Improvements Project in the Town of Cairo, West Virginia. The project involves upgrading the water distribution system, which includes replacing water lines, service meter settings, and rehabilitating existing facilities, with construction anticipated to occur between April and September 2026. This initiative is crucial for enhancing local water infrastructure and ensuring compliance with federal and state regulations. Interested contractors must submit their intent to bid, along with a capability statement and relevant certifications, by 10:00 AM ET on December 23, 2025, with the project magnitude estimated between $1 million and $5 million. For further inquiries, contact Aaron Barr at aaron.m.barr@usace.army.mil or Leanna Lesefka at leanna.c.lesefka@usace.army.mil.
    Rio Del La Plata Flood Control Project, Supplemental Contract 1, Dorado and Toa Baja, Puerto Rico.
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Rio Del La Plata Flood Control Project, specifically for Supplemental Contract 1 in Toa Baja and Dorado, Puerto Rico. This project aims to protect local communities from frequent flooding by constructing major features such as levees, channel widening, and culvert structures, along with various minor drainage management features. The estimated construction cost ranges from $250 million to $500 million, with a performance period of approximately 1,619 calendar days from the Notice to Proceed. Interested vendors should contact Jaclyn Yocum or Meranda Booth for further details, and proposals will be due around March 20, 2026, following the solicitation release on December 22, 2025.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Demolition and Construction of Drinking Water Well
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, is seeking sources for the demolition and construction of a drinking water well at the Pomonkey Facility in La Plata, Maryland. The project entails decommissioning an existing well, drilling a new well to a depth of 500-900 feet, and installing a pump with a capacity of 10 gallons per minute, along with necessary electrical connections and pressure tanks. This initiative is crucial for ensuring a reliable potable water supply, adhering to federal, state, and local regulations, including EPA and AWWA standards. Interested small businesses must submit their responses, including relevant experience and capabilities, by December 25, 2025, to Yina Brooks at yina.brooks.civ@us.navy.mil.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. The project aims to enhance the electric and water utility systems that support nuclear-powered submarines and associated facilities, involving significant upgrades to power distribution, energy storage, and water infrastructure. This initiative is critical for ensuring the operational reliability and resiliency of essential military utilities. Proposals are due by February 10, 2026, with a mandatory site visit scheduled for December 16, 2025, requiring prior security clearance and proof of U.S. citizenship. Interested parties can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
    Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for a potential design-bid-build construction project to relocate deep wells at Schofield Barracks, Oahu, Hawaii. The project involves drilling four wells approximately 800 feet deep, with a capacity to deliver a minimum of 2,000 gallons per minute, and includes the construction of a protective roof structure for the motors. This initiative is critical for ensuring a reliable water supply to meet peak demand during the summer months. Interested contractors must submit their qualifications by January 5, 2026, with a project magnitude estimated between $50 million and $100 million. For inquiries, contact Christie Lee at christie.s.lee@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil.
    Install Water/Wastewater Mains, ICBM Rd
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the installation of water and wastewater mains along ICBM Rd at Cape Canaveral Space Force Station in Florida. This procurement falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction, and aims to enhance the infrastructure necessary for effective water supply management. The project is critical for maintaining operational capabilities at the facility, ensuring reliable water services for various military and civilian functions. Interested contractors can reach out to Leigh Dedrick at leigh.a.dedrick@usace.army.mil or call 251-441-5519 for further details regarding this sources sought notice.