FY24 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) at White Sands Missile Range in Dona Ana County, New Mexico. This project aims to enhance missile assembly operations and requires construction services with an estimated budget between $25 million and $100 million, utilizing a Lowest Price Technically Acceptable (LPTA) acquisition method. The procurement process emphasizes compliance with federal regulations, including safety standards and environmental considerations, and requires detailed technical and price proposals from interested contractors. Proposals are due by March 6, 2025, and interested parties can contact Diana Keeran at diana.m.keeran@usace.army.mil or Erica Talley at erica.m.talley@usace.army.mil for further information.

    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.
    This document pertains to Amendment No. 0003 of Solicitation No. W912PP25R0003 for the Design Bid Build of a Missile Assembly Support Building at White Sands Missile Range, New Mexico. It outlines instructions for submitting acknowledgments of the amendment, essential contract details, and requirements for proposals. It confirms the extension of specified dates, updates on specifications, and necessary documentation for bids including a Bid Bond. The estimated construction cost is between $25 million and $100 million, with specific reference to small business classification and requirements for joint ventures. The document also details procedures for special inspections related to various construction elements, ensuring compliance with the International Building Code and structural integrity standards. Qualifications for special inspectors and responsibilities are defined to maintain quality control throughout the project. This amendment emphasizes the importance of adhering to regulatory standards and maintaining clear communication regarding proposal submissions and contract modifications as part of government contracting processes.
    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 construct a facility that meets stringent safety and regulatory standards for the secure storage and handling of small arms and ammunition, with an estimated contract value between $5 million and $10 million. The procurement process will utilize a Low Price Technically Acceptable (LPTA) approach, specifically set aside for 8(a) certified contractors, emphasizing the importance of compliance with the latest industry codes and standards. Interested contractors should contact Karen Irving at karen.k.irving@usace.army.mil or 505-342-3356 for further details, and must adhere to the submission guidelines outlined in the solicitation documents, with key deadlines for proposal submissions and acknowledgment of amendments.
    Cannon AFB - Melrose Air Force Support Contract
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Cannon AFB - Melrose Air Force Support Contract, which focuses on operations, maintenance, and support services at the Melrose Air Force Range (MAFR) in New Mexico. The contract aims to provide comprehensive services including training range operations, facility maintenance, electronic warfare support, and emergency medical services, with a base period of 60 months starting December 1, 2025, and options for extensions. This procurement is crucial for maintaining military readiness and operational efficiency, with an estimated budget of approximately $47 million structured as a firm-fixed-price contract. Interested small businesses are encouraged to participate, and proposals must be submitted electronically by April 11, 2025, with inquiries directed to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    TWO-PHASE DESIGN/BUILD REPAIR BUILDING 322 CEREBRO LABORATORY, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a two-phase design/build project to repair Building 322 CEREBRO Laboratory at Kirtland Air Force Base in New Mexico. This opportunity is specifically reserved for SBA Certified 8(a) Participants, focusing on selecting highly qualified offerors based on their past performance and management approach, with Phase One requiring qualifications and Phase Two soliciting price proposals from shortlisted candidates. The project, with a construction cost limitation of $4,409,005, aims to enhance infrastructure while ensuring compliance with federal contracting requirements, including the necessity for performance and payment bonds. Interested parties can contact Loretta Sanchez at loretta.d.sanchez@usace.army.mil or 505-342-3210 for further details.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil 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.
    RMMF PrSM and Voelz ACP
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking sources for the RMMF PrSM and Voelz ACP project, categorized under federal contracting. This opportunity focuses on the construction of missile system facilities, aligning with the NAICS code 236210 for Industrial Building Construction and PSC code Y1BF. The procurement is crucial for enhancing military infrastructure and capabilities, ensuring that the facilities meet operational requirements. Interested parties can reach out to Paul Kurzer at paul.j.kurzer@usace.army.mil or by phone at 410-962-6749 for further details and to express their interest in this sources sought notice.
    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 involves the construction of a 30,300 square-foot facility designed to enhance vehicle maintenance and aircraft support capabilities, with a budget estimated between $10 million and $25 million. The procurement is set aside for small businesses, emphasizing the importance of compliance with federal regulations, including Davis Bacon Prevailing Wages and environmental standards. Interested contractors must submit their proposals by March 18, 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.
    Construction of an Indoor Small Arms Range (ISAR) located in Grissom Air Reserve Base, IN.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Indoor Small Arms Range (ISAR) at Grissom Air Reserve Base in Indiana. This project involves comprehensive demolition and construction activities, including environmental safety measures to address lead contamination and adherence to federal regulations throughout the construction process. The ISAR is crucial for enhancing military training capabilities while ensuring compliance with safety and environmental standards. Interested contractors must submit their sealed bids electronically by March 11, 2025, with an estimated project cost between $10 million and $25 million. For further inquiries, contact Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or Adam Brooks at adam.m.brooks@usace.army.mil.