FY22 MISSILE ASSEMBLY SUPPORT BUILDING TACTICAL EQUIPMENT MAINTENACE FACILITY (TEMF), WHITE SANDS MISSILE RANGE (WSMR), DONA ANA COUNTY, NEW MEXICO
ID: W912PP25R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST ALBUQUERQUEALBUQUERQUE, NM, 87109-3435, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Missile Assembly Support Building Tactical Equipment Maintenance Facility (TEMF) project at White Sands Missile Range in Dona Ana County, New Mexico. This procurement aims to enhance missile assembly operations by inviting construction services with an estimated budget between $25 million and $100 million, utilizing a Lowest Price Technically Acceptable (LPTA) acquisition method. The project is critical for supporting military operations and ensuring compliance with federal regulations, emphasizing sustainability and safety standards throughout the construction process. Proposals are due by March 6, 2025, and interested contractors should contact Diana Keeran at diana.m.keeran@usace.army.mil or Erica Talley at erica.m.talley@usace.army.mil for further details.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers has issued Solicitation No. W912PP25R0003 for the Missile Assembly Support Facility project at White Sands Missile Range, New Mexico. This Request for Proposals (RFP) invites submissions from businesses to provide construction services within a budget range of $25 million to $100 million, utilizing a Lowest Price Technically Acceptable (LPTA) acquisition method. The project, which is not for construction but rather includes comprehensive specifications and requirements, aims to enhance the missile assembly operations on the site. Proposals must adhere to a structured submission format, including technical and price proposals, and should demonstrate the capability to meet the specified government requirements. Emphasis is placed on clarity, organization, and thoroughness in the submission. Important conditions include a pre-proposal conference, registration requirements for potential contractors, and adherence to safety standards outlined in the Army Corps of Engineers' regulations. The document stresses the importance of compliance with federal regulations concerning contracting and safety, as well as the necessity for contractors to manage various other administrative aspects, including bonding and financial disclosures. The solicitation specifies that late submissions will not be considered, highlighting the strict nature of the bidding process.
    The document outlines the solicitation drawings for the WSMR Missile Assembly Support Facility project at White Sands Missile Range in Dona Ana County, NM, developed by the U.S. Army Corps of Engineers, Albuquerque District. It includes a comprehensive set of architectural, civil, mechanical, and electrical plans that are marked "NOT FOR CONSTRUCTION," indicating their purpose for solicitation and design review rather than actual building or renovation. Key components of the submission, including plumbing and mechanical systems, structural details, and site layouts, focus on ensuring compliance with government engineering standards and environmental considerations. The file emphasizes the importance of waste disposal and recycling protocols for construction and demolition debris, aligning with sustainability goals. It mentions necessary permits, survey data, and geotechnical assessments necessary to adhere to local regulations. The approval from responsible engineers and the adherence to engineering regulations highlight the project's regulatory framework within the context of federal and local government contracting processes, serving as a reference for contractors seeking to fulfill RFP requirements or apply for federal grants related to the facility's construction and operational development.
    This document is Amendment No. 0001 to Solicitation No. W912PP25R0003 concerning the Design Bid Build Missile Assembly Support Building at White Sands Missile Range, New Mexico. It outlines procedures for acknowledging receipt of the amendment by offerors, emphasizing the importance of timely submissions and adherence to requirements. The amendment introduces revisions in the specifications, highlighting necessary page updates indicated by strikethroughs for deletions and underlined additions. The project is classified as unrestricted, inviting participation from both large and small businesses with estimated construction costs between $25,000,000 and $100,000,000, evaluating proposals based on the Low Price Technically Acceptable criteria. Proposals are due by March 6, 2025, and must include a variety of required documents, such as representations, certifications, and sustainability reporting per federal guidelines. Each submission must be clear, organized, and adherent to specific formatting instructions. Moreover, the contractor is responsible for beginning work shortly after receiving the award, reflecting a commitment to efficiency and compliance with established guidelines. Overall, the document emphasizes rigorous proposal standards and environmental sustainability practices in line with federal regulations.
    This document is Amendment No. 0002 to Solicitation No. W912PP25R0003, concerning the Design Bid Build project for a Missile Assembly Support Building at White Sands Missile Range, New Mexico. It outlines essential procedures for acknowledging the amendment, emphasizing the requirement for contractors to confirm receipt before a specified deadline or risk rejection of their offer. The amendment includes revisions to the specifications and project drawings, specifying the replacement of certain pages. Changes are clearly indicated through strikethroughs for deletions and underlines for additions. Key sections being updated include Earthwork specifications and revisions within multiple divisions, such as Electronic Security Systems and utilities. The document serves as formal communication from the U.S. Army Engineer District, specifying the necessary adjustments and reaffirming that all other terms remain effective. The document reinforces the importance of adherence to procurement regulations and compliance for contractors participating in this federal solicitation process.
    Similar Opportunities
    DESIGN BID BUILD FY25 Small Arms Storage Facility, Kirtland Air Force Base (KAFB) BERNALILLO COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design Bid Build of a Small Arms Storage Facility at Kirtland Air Force Base in Bernalillo County, New Mexico. This project aims to enhance military operational readiness by constructing secure facilities for the storage and handling of small arms and explosives, adhering to strict safety and environmental standards. The estimated contract value ranges between $5 million and $10 million, with a focus on selecting an 8(a) certified contractor using a Low Price Technically Acceptable (LPTA) acquisition approach. Interested contractors must submit proposals that comply with detailed specifications and formatting guidelines, and are encouraged to contact Karen Irving at karen.k.irving@usace.army.mil or Erica Talley at erica.m.talley@usace.army.mil for further information. A site visit is scheduled to provide additional insights into the project requirements.
    Renovation of 11 H Barracks - McGregor Range, New Mexico
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms for the renovation of 11 H-Barracks buildings at McGregor Range in New Mexico. The project involves a comprehensive design-bid-build renovation to convert the existing barracks configuration into a U-shaped layout, ensuring compliance with current codes and standards, including updates to electrical, plumbing, HVAC systems, and the installation of a new fire suppression system, among other improvements. This renovation is critical for maintaining troop housing facilities and enhancing operational readiness. Interested firms must respond to this sources sought notice by February 28, 2025, with a project estimated between $25 million and $100 million, and the anticipated solicitation will be issued in the third quarter of fiscal year 2025. For further inquiries, contact Lindsay Chvilicek at lindsay.m.chvilicek@usace.army.mil or call 817-408-5319.
    FY25 MAFB Construct Fire Station Bay Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking capable businesses for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. This project, estimated to cost between $5 million and $10 million, involves the construction of a facility approximately 20,000 square feet in size, designed to accommodate emergency services equipment and trailers, including features such as parking stalls, a foam storage room, restroom facilities, and utility spaces. The procurement is critical for enhancing emergency response capabilities in remote climates, and interested firms must demonstrate relevant experience and comply with military design standards. Responses to the Sources Sought Notice are due by February 26, 2025, and interested parties should contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil for further details.
    DESIGN BUILD - REPAIR CEREBRO BUILDING 322 LABORATORY, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to undertake the design and repair of the CEREBRO Laboratory Building 322 at Kirtland Air Force Base in Bernalillo County, New Mexico. This project involves a comprehensive renovation of approximately 34,000 gross square feet, including updates to laboratory areas, restrooms, electrical systems, and the installation of a 10-ton overhead crane, all in compliance with current architectural and safety standards. The procurement will follow a Two-Phase Best Value Request for Proposal (RFP) process, with Phase One proposals due around March 4, 2025, and a firm-fixed price contract anticipated. Interested contractors must be registered with the System for Award Management (SAM) and can contact Loretta Sanchez or Erica M. Talley for further information.
    DESIGN BID BUILD FY22 UMMC, WATER INFRASTRUCTURE TO THE PERMANENT EXERCISE COMPLEX (PEC) and RANGE SUPPORT COMPLEX (RSC), MELROSE AIR FORCE RANGE (MAFR), CURRY COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the Design Bid Build project focused on water infrastructure improvements at the Permanent Exercise Complex (PEC) and Range Support Complex (RSC) located at Melrose Air Force Range in Curry County, New Mexico. The procurement aims to enhance water supply facilities, which are critical for supporting military training and operations in the area. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the NAICS code 237110 pertaining to Water and Sewer Line and Related Structures Construction. Interested parties can reach out to Karen Irving at karen.k.irving@usace.army.mil or call 505-342-3356 for further details.
    MOTSU 25-001 Berm Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU 25-001 Berm Repairs project at the Military Ocean Terminal Sunny Point in North Carolina. The primary objective of this project is to address deficiencies in earthen berms that serve as safety barriers for ammunition and explosive storage areas, which includes heavy tree clearing, erosion control, and significant earthwork to comply with explosive safety regulations. This project is critical for maintaining operational safety at MOTSU, with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and relevant information by December 20, 2024, to the designated Army Corps contracting officials, with all submissions being treated as government property.
    FY25 MAFB Construct Fire Station Storage Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking interest from contractors for a construction project titled "Construct Fire Station Storage Area" at Malmstrom Air Force Base in Montana. The project involves the construction of a facility approximately 20,000 square feet in size, designed to store fire emergency services equipment, including features such as trailer parking, a foam storage room, and utility spaces. This sources sought notice aims to gather information on potential contractors with relevant experience in constructing similar facilities and managing projects in extreme climates, with an estimated project cost between $5,000,000 and $10,000,000. Interested firms must submit their capabilities by February 26, 2025, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil.
    Range 88 Dip Tank, Fort Bliss, Texas
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking qualified contractors for the construction of a new dip tank at Fort Bliss, Texas. This project aims to replicate the capacity of an existing dip tank and must comply with state and national codes across various disciplines, with an estimated cost between $1 million and $5 million and a duration of approximately 420 days. The opportunity is particularly focused on engaging small businesses, including those in the 8(a), HUBZone, SDVOSB, and WOSB categories, to gather information for the acquisition strategy ahead of the anticipated solicitation release in June 2025. Interested firms must submit their qualifications by March 3, 2025, and are encouraged to monitor the System for Award Management (SAM) for updates; for further inquiries, they may contact Richard Feller at richard.feller@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project aims to establish a 30,300 square-foot facility designed for vehicle maintenance and aircraft support, with a budget estimated between $10 million and $25 million. The construction is critical for enhancing military maintenance capabilities and ensuring compliance with federal safety and operational standards. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887.
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This procurement aims to gather industry insights and capabilities related to the construction of specialized facilities, particularly those involving nuclear safety structures and compliance with stringent safety standards, including High-Altitude Electromagnetic Pulse (HEMP) requirements. The opportunity emphasizes the importance of innovative solutions and effective project management in the construction of critical defense infrastructure. Interested parties should submit their capability statements, detailing relevant experience and qualifications, to the primary contact, Jeremy Grimley, at jeremy.grimley.1@us.af.mil, or the secondary contact, Peggy Japngie Lizotte, at peggy.japngielizotte.1@us.af.mil, as part of the sources sought notice.