SEWER LINE BUILDING # 90140
ID: W911SG25BA006Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF OTHER UTILITIES (Z2NZ)

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 a construction project to extend sewer service to Building #90140 at White Sands Missile Range in New Mexico. The project involves the installation of a new 6-inch diameter PVC sewer line and a 48-inch diameter concrete service manhole, with all work required to comply with federal, state, and local regulations, as well as industry standards. This opportunity is set aside for small businesses, with an estimated construction cost between $100,000 and $250,000, and bids must be submitted by 10:00 AM MST on June 9, 2025. Interested contractors can obtain further details by contacting Cuong Tran at cuong.m.tran5.mil@army.mil or Shawn Munro at shawn.t.munro.mil@army.mil, and are encouraged to attend a pre-bid conference on May 20, 2025, to clarify bid requirements.

    Files
    Title
    Posted
    The document serves as an Abstract of Offers related to a construction project specifically aimed at installing a sewer line at Building 90140. It outlines various administrative details, including the solicitation number, issuing office, project title, and certifying official's information. The document records offers received from different contractors, detailing the bid security they have provided and the amendments acknowledged. The project includes a breakdown of estimated quantities, unit prices, and estimated amounts for the proposed work. The primary purpose of this abstract is to summarize contractor bids for government projects, ensuring compliance with federal, state, and local requirements. Essential components include a comparison of offers, bid security details, and an evaluation of proposed costs against the government's estimates, which can be based on hired labor, reasonable contracts with or without profit. This document facilitates transparency and competitive bidding in government contracting, ultimately contributing to efficient allocation of public funds for construction initiatives.
    The document outlines the construction plans for a sewer line project located at Building 90140 within the White Sands Missile Range, New Mexico. It is managed by the Directorate of Public Works, Engineering Division. The plans include a sheet index with detailed drawings depicting the overall layout, construction details, and general notes relevant to the sewer installation. Key elements of the project comprise the installation of a new 6-inch PVC sewer line, cleanouts, and manholes, alongside the protection of existing structures during construction. Each drawing is meticulously documented, specifying scales, revisions, and personnel involved in the design and approval process. The document serves as a construction directive, supporting compliance with engineering and safety standards relevant to military facility upgrades, and emphasizes the need for accurate execution to maintain operational integrity at the missile range. This project falls under federal contracting processes for public works, emphasizing transparency and adherence to regulations guiding governmental infrastructure projects.
    The government solicitation W911SG-25-B-A006 is an Invitation for Bids (IFB) for a sewer line extension at Building 90140, White Sands Missile Range, New Mexico. This project is set aside for small businesses under the NAICS code 237110, with an estimated construction cost between $100,000 and $250,000. Interested contractors must submit sealed bids by 10:00 AM MST on June 9, 2025, at Micc-Fort Bliss. A pre-bid conference is scheduled for May 20, 2025, where potential bidders can ask questions and view the site. Bids must include a completed Standard Form 1442, bid bond guarantee, performance, and payment bonds, and other specified documents to be considered responsive. Wage determination rates associated with the Davis-Bacon Act apply, requiring adherence to local labor standards. The contract will be a Firm Fixed Price (FFP), emphasizing strict compliance with federal regulations and timely completion within 60 calendar days post-award. This solicitation underscores the government's commitment to engaging small businesses while ensuring regulatory adherence and competitive procurement processes.
    The document outlines a federal Invitation for Bids (IFB) for a construction project to extend sewer service to Building #90140 at White Sands Missile Range in New Mexico. It indicates that this project, a small business set-aside, is estimated to cost between $100,000 and $250,000 and requires bidders to submit sealed bids by June 9, 2025. Key requirements include providing original bid bonds, performance and payment bonds, and adhering to applicable Davis-Bacon wage rates. A pre-bid conference is scheduled for May 20, 2025, aiming to clarify bid requirements. Bidders must submit inquiries electronically, and all questions must be received by May 27, 2025. Incomplete bids will be deemed nonresponsive, and specific documentation including a cover sheet, signed SF 1442, and digitalized signed drawings is necessary. The contract awarded will be a Firm Fixed Price (FFP) arrangement, and bidders are encouraged to check the SAM government website for updates and amendments related to the solicitation. This process highlights the government's commitment to transparency and compliance in the procurement of construction services.
    The document details an amendment to a solicitation for a federal contract. It outlines essential procedures for submitting offers in response to the amended solicitation, indicating that offers must acknowledge receipt of the amendment before the specified deadline to be considered valid. It provides specific instructions for acknowledgment, including returning signed copies or electronic communication referencing the amendment. The amendment also states the new due date for sealed offers, which is set for June 9, 2025, at 10:00 AM local time, and highlights that offers will be publicly opened at that time if sealed bids apply. Additionally, the document specifies that all previous terms of the original solicitation remain unchanged, except for the modifications noted. Key changes include a revision to the submission requirements, ensuring that all offers are appropriately marked to include the offeror's name, the solicitation number, and submission details. The document emphasizes compliance with established federal acquisition regulations regarding the acknowledgment of modifications. Overall, this amendment ensures that all potential bidders are adequately informed of procedural changes, contributing to the transparency and integrity of the procurement process.
    The Statement of Work (SOW) outlines requirements for the installation of a new sewer line at Building 90140 on the White Sands Missile Range, New Mexico. The project involves extending sewer service through the installation of a 6-inch PVC sewer line and a 48-inch concrete manhole. Work must comply with federal, state, and local laws, with a maximum completion period of 90 calendar days from contract award, including 30 days for pre-construction activities. The facility will remain occupied during construction, and the contractor is responsible for obtaining necessary permits and ensuring safety and compliance with environmental regulations. Key personnel such as a Project Manager, Superintendent, Site Safety and Health Officer, and Quality Control Manager are required, each with specific qualifications and responsibilities. The document emphasizes adherence to safety measures, including environmental protection, waste disposal protocols, and regular reporting. The contractor must maintain site logistics, manage utility impacts, and adhere to quality control guidelines throughout the project duration. This SOW demonstrates the commitment to safety, regulatory compliance, and efficient project execution for government-funded construction activities.
    The document pertains to a Request for Information (RFI) regarding the installation of a sewer line at Building 90140, with solicitation number W911SG25BA006. It addresses several inquiries related to the project. Firstly, it confirms that no ground net exists in the excavation area according to as-built records. Incidental potholing may be necessary to check existing utility depths along the new sewer route. The Superintendent is specified as a key position and cannot be subcontracted or overlap with Safety and Quality Control roles. On-site mixing of concrete is prohibited, requiring adherence to standard practices outside of a remote site context. Lastly, access to White Sands Missile Range from HWY 54 is currently restricted for contractors. This RFI outlines critical logistical and procedural stipulations essential for compliance in the proposed sewer installation project, indicative of the regulations governing federal infrastructure contracts.
    The U.S. Army Garrison White Sands Missile Range has implemented a Visitor Control Policy aimed at enhancing security and regulating access to the installation. This policy mandates strict identity verification and vetting processes for individuals seeking access without a Common Access Card (CAC). Key security measures include screening against the National Crime Information Center and the Terrorism Screening Database, requiring valid identification and verification of purpose for entry. The policy establishes that only authorized personnel, such as CAC holders, military retirees, and vetted contractors, may have unescorted access. Additionally, it details procedures for escorted access, a waiver process for denied entries, and special provisions for specific visitor groups and events. The document underscores a commitment to compliance with Department of Defense security standards while ensuring the safety of personnel and resources at the installation. Overall, it emphasizes the importance of safeguarding military installations against potential threats.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Clarksburg Sanitary Board – West Fork Co-Op Arlington Sewer Extension
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Pittsburgh District, is seeking capable contractors for the Clarksburg Sanitary Board – West Fork Co-Op Arlington Sewer Extension project in Clarksburg, West Virginia. The project involves the construction of a new conventional gravity sewer system, two grinder pump stations, forcemains, and an access road to the Arlington Lift Station, with construction anticipated to occur between April 2026 and April 2027. This initiative is crucial for extending sewer services to the Arlington community and ensuring compliance with federal, state, and local regulations. Interested contractors must submit a statement of intent, capability statement, bonding capacity, and relevant certifications by 10:00 AM ET on December 23, 2025, to Aaron Barr at aaron.m.barr@usace.army.mil, with a copy to Leanna Lesefka at leanna.c.lesefka@usace.army.mil. The estimated contract value is between $1,000,000 and $5,000,000, with a performance period of 365 days from the Notice to Proceed.
    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.
    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.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    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.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    CON ENG Bearlodge Shop Sewer Repair
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.