FY23 MISSILE ASSEMBLY SUPPORT BUILDING TACTICAL EQUIPMENT MAINTENACE FACILITY (TEMF), WHITE SANDS MISSILE RANGE (WSMR), DONA ANA COUNTY, NEW MEXICO
ID: W912PP25R0003Type: Presolicitation
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 construction of the Missile Assembly Support Building Tactical Equipment Maintenance Facility (TEMF) at White Sands Missile Range in Dona Ana County, New Mexico. This Design Bid Build project aims to enhance missile assembly operations and is estimated to have a construction budget ranging from $25 million to $100 million, utilizing a Lowest Price Technically Acceptable (LPTA) acquisition method. The project is critical for supporting military operations and ensuring compliance with federal contracting standards, including labor wage determinations and quality control measures. Interested contractors must submit their proposals by March 6, 2025, and can direct inquiries to Diana Keeran at diana.m.keeran@usace.army.mil or Erica Talley at erica.m.talley@usace.army.mil for further information.

    Point(s) of Contact
    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.
    The document outlines Amendment No. 0004 to Solicitation No. W912PP25R0003 for the Design Bid Build project of a Missile Assembly Support Building at White Sands Missile Range, New Mexico. It details procedures for acknowledging receipt of the amendment, specifying contractor responsibilities, and modifications of existing contractual documents. Key updates include changes to project specifications, revisions to drawings, and the extension of the deadline for receipt of offers to March 20, 2025. Supporting details emphasize contractor compliance with quality control measures, including the qualifications required for personnel overseeing contract execution. The amendment also discusses significant changes in the specifications regarding roofing materials and the introduction of new standards for air barriers. Overall, this document serves as a critical communication tool for contractors to ensure adherence to modified requirements, thus enhancing project execution standards and safety measures.
    This document serves as Amendment No. 0005 to Solicitation No. W912PP25R0003 for the Design Bid Build project of the Missile Assembly Support Building at White Sands Missile Range, New Mexico. It specifies the requirements for acknowledging receipt of the amendment and outlines conditions for contractors regarding offer submissions. Key revisions to specifications and contractual documents include updates to pages detailing plumbing, earthwork, and concrete paving, emphasizing accuracy in modifications and compliance with standards. The amendment incorporates a Building Wage Determination for Dona Ana County, noting the absence of a “roofer” classification, thereby necessitating the submission of a Standard Form 1444 upon award for approval. Wage rates are defined under Executive Orders, requiring adherence to minimum wage guidelines set for covered contracts. The amendment details wage determination appeals processes and classifications applicable to the construction project, along with procedures for testing materials, quality control measures, and contractor requirements. Overall, this document is intended to guide contractors through the amendment process, ensuring compliance with federal contracting standards, labor wage determinations, and quality control protocols in the construction industry.
    The document serves as Amendment No. 0006 to Solicitation No. W912PP25R0003, outlining revisions for the missile assembly support building project at White Sands Missile Range, New Mexico. It details the acknowledgment procedures for offers, including methods to submit changes via telegram or letter by designated deadlines. The amendment includes modifications to solicitation specifications, particularly regarding the utility monitoring and control system testing, with replacements of specific pages and the introduction of definitions relevant to control systems. Key components include the Performance Verification Test (PVT) process, which comprises field testing and an endurance test to validate system functionality against project specifications. Detailed procedures and documentation requirements for both PVT and Factory Test setups are described, emphasizing the importance of coordination with government representatives and adherence to defined testing protocols. The amendment aims to ensure that contractors maintain compliance with contract terms while enhancing the reliability and functionality of the proposed systems. Overall, the document underscores the structured process of soliciting bids and ensuring contractor compliance in federal projects.
    Similar Opportunities
    PT Track & Field Replacement for White Sands Missile Range, Doña Ana County, New Mexico
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) – Albuquerque District, is seeking qualified contractors for the replacement of the PT Track & Field at White Sands Missile Range in Doña Ana County, New Mexico. The project involves replacing the existing grass field with high-quality artificial turf, installing an integrated drainage system, and updating lighting and track facilities, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for enhancing recreational facilities on military installations, ensuring they meet modern standards and safety requirements. Interested firms must respond to this Sources Sought notice by December 11, 2025, and can contact Loretta Sanchez at loretta.d.sanchez@usace.army.mil for further details.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    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.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Buyer not available
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    Pre-notice of forth coming solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    ONE PHASE DESIGN BID BUILD FY27 HIGH SPEED TEST TRACK, HOLLOMAN AIR FORCE BASE, OTERO COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking responses for the design and construction of a high-speed test track at Holloman Air Force Base in Otero County, New Mexico, under the contract number W912PP27RA001. This opportunity is a sources sought notice aimed at identifying qualified contractors capable of executing a one-phase design-bid-build project for the fiscal year 2027. The high-speed test track is critical for testing and evaluating various military vehicles and systems, enhancing operational readiness and capabilities. Interested parties are encouraged to review the attached PDF for submission instructions and to contact Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further inquiries.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Buyer not available
    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 - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    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.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.