INDUSTRY DAY SITE VISIT on 14 and 15 May 2025 for the Above Ground Construction Services Contract (CSC) pre solicitation
ID: HDTRA225RE001Type: Presolicitation
Overview

Buyer

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

NAICS

Industrial Building Construction (236210)

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 Site Visit on May 14 and 15, 2025, at Kirtland Air Force Base and White Sands Missile Range for the Above Ground Construction Services Contract (CSC) pre-solicitation. This event aims to provide industry participants with an overview of the contract requirements and to gather feedback on the draft solicitation and proposed acquisition strategy. The services sought are critical for the construction of non-building facilities, which play a vital role in supporting defense operations. Interested parties should direct inquiries to Ryan Margraf at ryan.d.margraf.civ@mail.mil or call 505-353-4089, with questions and feedback regarding the solicitation due by the end of the day on May 23, 2025.

    Files
    Title
    Posted
    The federal solicitation HDTRA225RE001 issued by the Defense Threat Reduction Agency (DTRA) seeks proposals for construction services at Kirtland Air Force Base and White Sands Missile Range. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, which has a total maximum value of $400 million, focuses on providing construction efforts to support DTRA's mission, covering areas such as general test support, new construction, and demolition. The contract allows for multiple awards, benefiting small businesses, with task orders that can be issued on various pricing arrangements, including Firm-Fixed Price and Time and Materials. Contractors must adhere to specific requirements, including bonding and insurance obligations and compliance with federal wage determinations. The contract period spans from January 30, 2026, to January 29, 2031. Stakeholders will engage in a competitive process to ensure fair opportunities in issuing task orders, maintaining compliance with detailed regulations governing the contracting process. The document reflects the government's commitment to efficiency and transparency in managing construction contracts while ensuring quality and accountability in fulfilling its security and operational objectives.
    The document outlines the details for an Industry Day scheduled for May 14-15, 2025, related to the Above Ground Construction Services Contract at Kirtland Air Force Base (KAFB) in Albuquerque, New Mexico. The purpose of the event is to allow vendors to visit performance locations, ask questions, and provide feedback for the final Request for Proposal (RFP). Vendors must arrive by 8:00 AM on May 14 at the KAFB Turman Gate. The document includes logistical information on hotel lodging and car rentals, recommending vehicles with 4-wheel drive due to challenging terrain. Entry to KAFB necessitates a Common Access Card (CAC) or completion of a Pre-Notification Form, while visitors accessing White Sands Missile Range (WSMR) require a valid form of ID compliant with REAL ID standards and must pass a federal background check. Instructions for navigating to WSMR and the necessary identification for both U.S. and non-U.S. citizens are provided. Prohibited items including weapons and explosives are explicitly noted. The document aims to facilitate vendor engagement and compliance with security protocols for government contracting processes.
    The White Sands Missile Range Access Badge (WAB Badge) request form focuses on establishing the suitability of individuals seeking access to the White Sands Missile Range (WSMR) per Army Regulation 190-13 and the WSMR Visitor Control Policy 2024. The process requires gathering personal information for criminal history checks and is facilitated through mandatory disclosures to military and civilian security agencies. The form includes fields for the requestor's legal name, organization, and visit details, as well as sponsor information. Applicants must note that disclosing requested information is voluntary but crucial for access approval. Organizations sponsoring personnel for "Up-Range" access must ensure that all individuals complete an unexploded ordnance (UXO) briefing prior to submitting for access. The file outlines an authorized submission email for the request. This form underscores the importance of security protocols at military installations and the regulatory framework guiding access management to sensitive areas, reflecting the broader context of maintaining safety and operational integrity in federal environments.
    The document outlines the process for requesting access to the White Sands Missile Range (WSMR) through an NCIC-III criminal history check, governed by Army Regulation 190-13. It aims to assess the suitability of individuals seeking access by detailing required personal information, such as legal name, sex, date of birth, driver's license number, and purpose for access. Disclosure of this information is voluntary; however, non-compliance may result in denied access. The form must be submitted to the designated email address, and it is specifically noted that for contract purposes, the Contracting Officer's Representative (COR) will sponsor the request. Contact details for the submitting authority are provided, along with specific instructions to ensure completeness of the form. This document serves the vital function of maintaining security at WSMR while adhering to privacy regulations.
    The Kirtland Air Force Base Short Term Visitor Pass Pre-Notification Form outlines the procedures for sponsoring visitors to the base. Sponsors must complete and submit the form to either the Gibson or Truman Visitor Control Centers at least 72 hours before the visitor's arrival. Key visitor information required includes the visitor’s full name, date of birth, and citizenship status. The pass issued can last a maximum of 30 days and, if the visitor accumulates three or more passes within a 90-day period, a long-term pass must be obtained. The sponsor acknowledges responsibility for the visitor's actions and understands compliance with procedures is essential to retain sponsorship privileges. The document also includes a Privacy Act Statement, emphasizing the confidentiality of the information and its necessity for processing visitor pass requests, thereby ensuring the validation of sponsors and eligibility for entry onto the base. This form is a critical part of base security and visitor management.
    Similar Opportunities
    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.
    *** Virtual Industry Day Notice for construction projects for Fort Gillem, in Forest Park GA. ***
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is hosting a Virtual Industry Day to discuss upcoming construction projects at Fort Gillem in Forest Park, Georgia. The primary focus will be on the development of a Forensic Laboratory and a Department of Defense Law Enforcement Evidence and Data Repository (LEEDR) General Purpose Warehouse, which are critical for supporting military criminal investigative operations. These facilities will include advanced laboratory spaces, administrative areas, and various support systems, all designed to meet stringent Department of Defense standards for security, sustainability, and accessibility. Interested parties are encouraged to attend the Virtual Industry Day on January 20, 2026, from 10:00 AM to 12:00 PM Eastern Daylight Time, and can contact Sarai Hayward at sarai.hayward@usace.army.mil or Fabiola Ducelus at fabiola.ducelus@usace.army.mil for further information.
    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.
    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.
    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.
    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.
    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.
    Pre-bid Site Visit Announcement for Upcoming Construction Services Project at Cape Cod Space Force Station (CCSFS) in Bourne, MA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a pre-bid site visit for an upcoming construction services project at the Cape Cod Space Force Station (CCSFS) in Bourne, Massachusetts. This opportunity involves construction related to power and communication line and related structures, with a focus on compliance with specific site security requirements during the visit. The site visit is scheduled for mid-December 2025, with exact dates to be confirmed upon solicitation posting, and interested offerors are advised to limit attendance to six personnel per company, adhering to strict security protocols. For further details, including security requirements and contact information, interested parties should reach out to Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil.
    MACDILL AFB - MACC 4.0 Industry Day information - 15AUG25
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is hosting an Industry Day for the Multiple Award Construction Contract (MACC) 4.0 at MacDill Air Force Base (AFB) in Tampa, Florida, scheduled for August 15, 2025. This procurement aims to establish a Firm Fixed Price IDIQ contract with an estimated ceiling of $500 million over 7-10 years, focusing on commercial and institutional building construction, with task order values ranging from $100,000 to $5 million. The MACC 4.0 is critical for supporting various military commands and partners, including USSOCOM and USCENTCOM, and emphasizes sustainability, energy efficiency, and compliance with cybersecurity standards under the Cybersecurity Maturity Model Certification (CMMC). Interested contractors are encouraged to register in SAM under NAICS code 236220 and prepare for a Draft RFP anticipated in Q1 2026, with contract awards expected in March 2027. For further inquiries, contact the 6th Contracting Squadron at 6CONS.PKC.MACC4@us.af.mil.
    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.