W911SG25BA001-Raised Curb at the intersection of Picatinny and Headquarters at White Sands Missile Range (WSMR), New Mexico.
ID: W911SG25BA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

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

    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 on the White Sands Missile Range (WSMR) in 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 total performance period of 90 calendar days, including a 30-day preconstruction phase. This construction initiative is crucial for enhancing traffic control and safety at the military installation. Interested small businesses must submit their proposals by May 15, 2025, following a pre-bid conference on April 22, 2025, and can direct inquiries to James Garcia at daniel.a.garcia167.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an abstract of offers for a construction project issued by the MICC - Fort Bliss, pertaining to the installation of a raised curb at Picatinny. It includes essential details such as solicitation number, issuance and opening dates, and the issuing office. The abstract certifies that all offers have been opened and recorded by a designated contracting officer. Key details include the project title, estimated quantities, and budget estimates for hired labor and reasonable contract options, with a specific focus on bid security and acknowledgment of amendments from the offerors. The abstract records offers from two bidders, with associated bid security details and compliance with any amendments issued. Overall, this document serves as a formal record of bids received in response to the government's request for proposals, ensuring accountability and transparency in the procurement process for public construction projects.
    The document serves as a solicitation for bids related to government contracts, highlighting essential regulations, requirements, and clauses applicable to contractors. Key areas addressed include the responsibilities of contracting officers, requirements surrounding compensation, whistleblower rights, and safeguarding defense information. It outlines provisions such as the prohibition of certain telecommunications services, export controls, and mandates like domestic sourcing preferences. Additionally, the document emphasizes specific guidelines for payment submissions, contract modifications, small business set-asides, and compliance with various federal regulations. Clauses regarding prompt payment, liquidated damages for construction work, and requirements for performance and payment bonds are detailed. Critical for potential contractors, the document underscores the necessity for compliance with cybersecurity measures and the importance of clear communication in invoicing procedures. Overall, the file functions as a comprehensive reference for those engaging with federal contracting processes, ensuring that all parties are aware of their obligations and the standards expected in Government contracts.
    The "Raised Curb Picatinny" project outlines construction requirements for a traffic control and pavement marking project at Picatinny. The contractor must submit a traffic control plan, report any discrepancies between construction drawings and field conditions, and submit Requests For Information (RFIs) as needed. Field verification of existing utilities is mandatory, with hand excavation required to prevent damage. The contractor will also remove existing pavement and report disposal quantities. Dust control through water application, utilizing a specified location for water sourcing, is necessary, with metering and reporting of water usage. The project involves the installation of solar-powered LED stop and yield signs, and concrete curb installation using 3000PSI concrete and specific rebar specifications. The document specifies the types of pavement markings to be applied, adhering to the Manual on Uniform Traffic Control Devices (MUTCD). Overall, the document emphasizes compliance with federal standards, contractor responsibilities for safety, environmental considerations, and precise adherence to construction specifications to ensure the successful completion of the raised curb project at Picatinny.
    The government document outlines an Invitation for Bids (IFB) for a project by the Directorate of Public Works at White Sands Missile Range, NM, focusing on the construction of a raised curb at the Picatinny intersection. Bidders are invited to submit proposals before the deadline of May 15, 2025, with a pre-bid conference scheduled for April 22, 2025. The solicitation is exclusively set aside for small businesses and aims to grant a Firm Fixed Price contract based on the most advantageous bid for the government. Bidders are instructed to avoid direct contact with the DPW and submit all inquiries through the contracting office. The submission process requires hard copies and specific documentation, including bonding letters and certifications, with bids not accepted electronically. The document also references relevant wage determinations and emphasizes bidder registration with the System for Award Management (SAM). Overall, the IFB aims to ensure compliance, transparency, and competition among smaller contractors for federal contracting opportunities.
    The 418th CSB Quality Assurance Surveillance Plan (QASP) outlines the procedures and protocols to ensure the quality of services provided under the contract for the Raised Curb project in Picatinny. The document details the responsibilities of government officials, including the Contracting Officer (KO) and Contracting Officer’s Representative (COR), who are accountable for overseeing contractor performance and ensuring compliance with quality standards. Key components of the QASP include the requirement for contractors to develop and implement a Quality Control Plan, methods of government surveillance, criteria for accepting services, and protocols for inspections at various stages of the construction process. It emphasizes the importance of maintaining thorough documentation of performance assessments, corrective actions, and evaluations via tools like the Contractor Performance Assessment Reporting System (CPARS). Furthermore, the plan stresses compliance with regulations concerning combating trafficking in persons (CTIP) and outlines procedures for addressing warranty issues. The QASP is intended as a living document, with provisions for updates as needed, ensuring ongoing oversight and quality assurance throughout the contract term.
    The Statement of Work (DPW064594P) outlines the requirements for constructing a raised curb at the intersection of Picatinny and Headquarters on White Sands Missile Range, New Mexico. The objectives include ensuring compliance with federal, state, and local laws while the contractor is responsible for obtaining necessary permits and providing all labor and materials. The project must be completed within a total period of performance of 90 calendar days, including a 30-day preconstruction phase. The work encompasses civil tasks such as placing concrete curbs, backfilling with landscaping rock, and coordinating for traffic signage. It specifies general requirements, including safety protocols, contractor qualifications, and environmental compliance related to waste management and pollution prevention. Key personnel, including a Project Manager, Superintendent, Safety Officer, and Quality Control Manager, must be on-site throughout the project. Regular progress meetings and updates to the Contracting Officer are mandated to ensure project transparency and adherence to set guidelines. This document reflects the federal government's commitment to maintaining standards for safety and environmental quality in construction projects. The explicit details aim to guide contractors in executing the project efficiently while safeguarding public safety and compliance with regulations.
    The White Sands Missile Range Visitor Control Policy outlines access procedures to enhance security at the U.S. Army Garrison White Sands, New Mexico. In response to directives from the Secretary of the Army, it establishes a controlled visitor access system that mandates identity verification, vetting against national databases, and the provision of valid authorization for entry. The policy governs unescorted access for personnel who hold a Common Access Card (CAC) or equivalent verification and details the protocols for visitors, contractors, and vendors, highlighting the need for escorting and background checks. Any individual seeking access may face denial based on specific criteria, such as criminal history or security threats. A waiver process allows those denied entry to appeal decisions, while commanders maintain discretion over access permissions, particularly during high-security alerts or special events. The policy's objective is to improve compliance with Department of Defense regulations and reinforce installation security while ensuring authorized personnel's safety and orderly access. It represents a commitment to maintaining operational integrity and safety on military grounds.
    Similar Opportunities
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads in North Dakota. The project aims to enhance access roads critical for the Air Force Intercontinental Ballistic Missile Program (Minuteman) by adding four inches of aggregate surface course and performing necessary roadway maintenance. With an estimated project cost of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and the project completion date is set for August 14, 2026. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further inquiries.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    ONE PHASE DESIGN BID BUILD FY27 HIGH SPEED TEST TRACK, HOLLOMAN AIR FORCE BASE, OTERO COUNTY, NEW MEXICO
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking responses for the design and construction of a high-speed test track at Holloman Air Force Base in Otero County, New Mexico, under the contract number W912PP27RA001. This opportunity is a sources sought notice aimed at identifying qualified contractors capable of executing a one-phase design-bid-build project for the fiscal year 2027. The high-speed test track is critical for testing and evaluating various military vehicles and systems, enhancing operational readiness and capabilities. Interested parties are encouraged to review the attached PDF for submission instructions and to contact Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further inquiries.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    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.