INDUSTRY DAY SITE VISIT on 14 and 15 May 2025 for the Above Ground Construction Services Contract (CSC) pre solicitation
ID: HDTRA225RE0010002Type: Presolicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (23731)

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, for the Above Ground Construction Services Contract (CSC) pre-solicitation. This event aims to provide industry participants with insights into the requirements and to gather feedback on the draft solicitation and proposed acquisition strategy for construction services at Kirtland Air Force Base and White Sands Missile Range. The contract, which is a Total Small Business Set-Aside, encompasses various construction activities and has a maximum value of $400 million, with a guaranteed minimum of $50,000 per awardee over a five-year period. Interested vendors should contact Ryan Margraf at ryan.d.margraf.civ@mail.mil or 505-353-4089 for further details and must comply with specific access requirements outlined in the associated documents to attend the event.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Defense Threat Reduction Agency (DTRA) for a Construction Services Contract (CSC) focused on supporting DTRA's mission at Kirtland Air Force Base and White Sands Missile Range. This solicitation, identified by number HDTRA225RE001, is a small business set-aside, covering construction services such as new builds, repairs, maintenance, and demolition. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement with a maximum value of $400 million and a guaranteed minimum of $50,000 per awardee over a five-year period, extendable by another five years. The proposal requires bidders to submit sealed offers, including performance and payment bonds. Safety and compliance measures have been highlighted, including insurance liabilities, wage determinations referencing federal standards, and other related clauses. Evaluation criteria emphasize cost, technical proposals, and past performance, ensuring a thorough selection process. The RFP signifies the government's commitment to fostering small business participation while meeting critical construction needs for defense-related projects, indicating broad engagement with contractors specializing in various aspects of construction and demolition services.
    The document outlines the details for an Industry Day event concerning the Above Ground Construction Services Contract at Kirtland Air Force Base (AFB) scheduled for May 14-15, 2025. This event provides vendors with insights into performance locations, the chance to ask questions, and participate in discussions to aid the Government in finalizing the Request for Proposal (RFP) terms. Attendees must arrive at specific locations at 8:00 AM for site visits at Kirtland AFB and White Sands Missile Range (WSMR), with instructions on access requirements and necessary documentation, including compliance with the REAL ID Act. Vehicle rental recommendations include four-wheel-drive vehicles due to the area's terrain challenges. Prohibited items, such as weapons and explosives, are also highlighted. The coordination aims to enhance vendor engagement and streamline the contracting process related to construction services within the military context, ensuring safety and regulatory compliance during the visits.
    The White Sands Missile Range (WSMR) Access Badge/Up-Range Request Form outlines the procedures for individuals seeking access to the WSMR. Governed by Army Regulation 190-13 and the WSMR Visitor Control Policy 2024, the form aims to assess the suitability of applicants through state and federal criminal history checks. It collects personal information, including full legal names, organization details, visit purposes, and sponsor information, which can be shared with relevant military and civilian agencies for safety verification. Completing the form is voluntary; however, non-compliance may lead to denial of access. The document specifies that sponsoring organizations must ensure personnel receive an Unexploded Ordnance (UXO) briefing prior to access request. The request must be submitted to the physical security team at WSMR for approval. This process is essential for maintaining secure access to sensitive areas of the missile range, reflecting the government's commitment to safety and regulatory adherence in military operations.
    The White Sands Missile Range (WSMR) Installation Access NCIC-III Check Request form is a procedure for individuals intending to gain access to the missile range. Governed by Army Regulation 190-13 and relevant U.S. Code, this process assesses the suitability of applicants through state and federal criminal history checks. The form collects personal information, including legal name, date of birth, and driver’s license details, and emphasizes that disclosing this information is voluntary, although it may affect access approval. Key details include providing sponsor information, purpose of access, and specific working hours during which access is needed. The completed request must be submitted to the Directorate of Emergency Services via a designated email. The form's structure ensures all required fields are filled out for effective evaluation, ultimately serving to maintain security at the WSMR facility. This process reflects the broader context of federal security protocols associated with military installations, requiring careful vetting to protect national interests.
    The Kirtland Air Force Base (AFB) Short Term Visitor Pass Pre-Notification Form is required for sponsors to register visitors seeking access to the base. Sponsors must submit the completed form, including personal details of both the sponsor and visitor, to the appropriate Visitor Control Center (VCC) at least 72 hours prior to the visitor's arrival. Visitors must present a valid government-issued ID when obtaining their pass. The duration of the pass is limited to a maximum of 30 days, with provisions for longer passes if multiple visits exceed this timeframe within 90 days. Sponsors are responsible for their visitors' actions and must comply with all instructions to avoid losing their sponsorship privileges. Additionally, the document reiterates the importance of information confidentiality and compliance with the Privacy Act, ensuring that personal data is only shared with individuals who have a legitimate need to know. This form facilitates security protocols essential for visitor management at a military installation.
    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.
    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.
    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.
    INDUSTRY DAY: SURVIVABLE AIRBORNE OPERATIONS CENTER (SAOC), Offutt AFB, NE (SAOC) CONSTRUCTION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Omaha District, is hosting an Industry Day for the Survivable Airborne Operations Center (SAOC) Program and the construction of a 2-Bay Maintenance Hangar and Taxiway at Offutt Air Force Base, Nebraska. This procurement involves the construction of a 315,000 square foot maintenance hangar designed to accommodate two Boeing 747-8i aircraft, along with necessary support facilities and infrastructure, with an estimated construction cost exceeding $500 million. The event, scheduled for January 22, 2026, will provide prime contractors the opportunity to learn about the project, engage in a Q&A session, and request one-on-one interviews with government representatives, with a focus on contractors capable of bonding $1 billion or more for a single project. Interested parties must contact Margarette Wolfe or Jessica Jackson by January 20, 2026, to request a time slot for the one-on-one sessions.
    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.
    HDTRA120F0070 - Exception to Fair Opportunity for Additional New Start Treaty (NST) Strategic Nuclear Arms Control Subject Matter Expert (SME)
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking to procure additional support services for its Strategic/Nuclear Inspection Department through an exception to the fair opportunity process. This procurement involves increasing the scope of the existing New Start Training (NST) contract, currently held by General Dynamics Technology Inc. (GDIT), to include one Full-Time employee with specialized knowledge in strategic nuclear arms control treaties and agreements. The expertise sought is critical for enhancing the agency's capabilities in nuclear arms control, which plays a vital role in national security and international treaty compliance. Interested parties can reach out to Eric M. Rode at Eric.M.Rode.civ@mail.mil or (703) 616-6145, or Shane Oltman at Shane.D.Oltman.ctr@mail.mil or (571) 616-6977 for further information.
    FY25-29 STRATEGIC TRENDS RESEARCH INITIATIVE BROAD AGENCY ANNOUNCEMENT
    Dept Of Defense
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is soliciting proposals for the FY25-29 Strategic Trends Research Initiative Broad Agency Announcement (BAA), aimed at addressing challenges related to weapons of mass destruction (WMD) and emerging threats over the next 5-10 years. This initiative seeks white papers that will support DTRA's mission to deter strategic attacks and enhance national defense capabilities, focusing on analytical studies and international dialogues to inform U.S. defense strategies. With a total funding allocation of approximately $35.88 million, the BAA encourages participation from various eligible entities, including universities and research institutions, with a white paper submission deadline of September 18, 2024. Interested parties can contact Ohaji K. Yarborough at ohaji.k.yarborough.ctr@mail.mil or Christina Clark at christina.clark3.civ@mail.mil for further information.
    Sources Sought: Minot AFB Construction MACC
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.