Utility Energy Service Contract for White Sands Missile Range, New Mexico
ID: W912DY24R0033Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Huntsville Center, is soliciting proposals for a Firm Fixed Price (FFP) Utility Energy Services Contract (UESC) for White Sands Missile Range in New Mexico. This procurement aims to secure energy management services with a performance period not exceeding 25 years, addressing the need for efficient energy solutions at the facility. The selected contractor will play a crucial role in enhancing energy efficiency and sustainability at this strategic military installation. Interested parties should direct inquiries to Kara Malto at Kara.L.Malto@usace.army.mil or Lisa Steenburn at Lisa.L.Steenburn@usace.army.mil, with the RFP details available in the attached documents.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    GUIDED MISSILE BUILDING ON SALINAS PEAK, AT WHITE SANDS MISSILE RANGE, SIERRA COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a guided missile building on Salinas Peak at the White Sands Missile Range in Sierra County, New Mexico. This presolicitation opportunity involves commercial and institutional building construction, with a focus on the construction of recreational buildings as indicated by the relevant NAICS and PSC codes. The project is significant for enhancing military capabilities and infrastructure at the missile range. 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 procurement process.
    FTG267 R and C 80KVA UPS Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is crucial for ensuring reliable power supply and operational readiness within the facility. The procurement is set aside for small businesses under the SBA guidelines, and interested parties must request a copy of the solicitation and any amendments by contacting Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil. For further inquiries, Brittney Morrison can also be reached at 907-753-2894.
    Conchas Waste Management & Disposal Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for waste management and disposal services at the Conchas Dam Project in New Mexico. The contract, designated as a total small business set-aside, requires the contractor to provide all necessary personnel, equipment, and supplies to manage waste collection and disposal for government facilities within the project boundaries, adhering to specified schedules for both recreation and off-season periods. This procurement is crucial for maintaining environmental standards and operational efficiency at the site, with a firm, fixed-price service contract expected to cover a base year from January 1, 2026, to December 31, 2026, and four additional option years through 2030. Interested parties should contact Glenda Kohlieber at Glenda.D.Kohlieber@usace.army.mil or call 575-479-6095 for further details, and must ensure registration in the System for Award Management (SAM) to participate in the bidding process.
    U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice
    Buyer not available
    The U.S. Army Space and Missile Defense Command (USASMDC) is issuing a Request for Information (RFI) regarding the follow-on requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. This RFI aims to gather market research and planning insights for anticipated contractor support services at the RTS, which is critical for ballistic missile testing and space operations, located on Kwajalein Atoll and in Huntsville, Alabama. Key requirements include security clearances, mission support for various technical services, and addressing challenges posed by the remote and corrosive environment of Kwajalein. Responses to this RFI are due by December 17, 2025, and interested U.S. companies should direct inquiries to Shasta A. Davis or Tiffany N. Kimbrough via the provided email address.
    Ft. Buchanan Microgrid
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey for the construction of a microgrid at Fort Buchanan, Puerto Rico. This project involves the design and installation of a microgrid system featuring twelve 570 KW diesel generators, a battery energy storage system, and various supporting infrastructure, aimed at enhancing energy resilience and operational continuity. The estimated contract duration is approximately 1,141 calendar days, with a projected cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must submit their responses by December 8, 2025, at 2:00 PM Eastern Time, to Henry Caldera at henry.c.caldera@usace.army.mil.
    White Sands Test Facility (WSTF) B100, B101, and B111 HVAC System Upgrades
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Johnson Space Center is seeking capability statements for the HVAC system upgrades at the White Sands Test Facility (WSTF) in Las Cruces, New Mexico. The project involves the design and construction of modern heating, ventilating, and air conditioning systems for buildings B100, B101, and B111, which currently utilize outdated systems from the 1960s. This initiative is critical for enhancing energy efficiency and operational effectiveness, with an estimated project cost of approximately $12 million. Interested firms, particularly those in small business categories, must submit their qualifications by December 12, 2025, to the designated contacts, Victoria Cueto and Joshua Hlavenka, via email.
    W912ER26BA001 P181/P183 Solar Photovoltaic Microgrid
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking experienced construction contractors for the W912ER26BA001 project, which involves the installation of a 1000-kilowatt solar photovoltaic microgrid at Isa Air Base in Bahrain. The project encompasses the construction of solar panels, inverters, battery storage systems, and associated electrical and utility infrastructure, with a focus on creating a renewable energy system that integrates with the base's primary electrical distribution grid. This initiative is crucial for enhancing energy resilience at military installations, particularly in remote locations. Interested prime contractors are encouraged to submit a capabilities package to Ms. Millicent Kaczmarzewski and Mr. Christopher Hunt by providing detailed company information and relevant experience, with the project estimated to cost between $10 million and $25 million and a performance period of approximately 617 days.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    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's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    Architectural & Engineering Services in Support of Microgrid and Backup Power Design, Camp Walker, Republic of Korea (ROK)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified Korean architectural-engineering firms to provide services for the design of a microgrid and backup power system at Camp Walker, Republic of Korea. The project, part of the Energy Resilience & Conservation Investment Program (ERCIP), requires firms to develop a comprehensive design package that includes solar arrays, diesel generators, and a Battery Energy Storage System (BESS), along with necessary infrastructure upgrades. This initiative is crucial for enhancing energy resilience for U.S. government facilities in the region. Interested firms must submit their qualifications and relevant experience by December 12, 2025, at 2:00 P.M. Central Time, to the designated contacts, Antonio L. Mastin and Cole P. Harris, via email.
    (SPA) ProjNet Sofware
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.