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
  1. 1
    Posted Dec 13, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 13, 2024, 12:00 AM UTC
  3. 3
    Due Feb 20, 2025, 9:00 PM UTC
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.
Mar 19, 2025, 7:06 PM UTC
Similar Opportunities
WSMR Sewer Installation Bldg. 90140
Buyer not available
The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Bliss, is seeking bids for a firm fixed price construction contract to install a sewer line to Building 90140 at White Sands Missile Range, New Mexico. The project involves extending sewer service by installing a new 6-inch diameter PVC sewer line and a 48-inch diameter concrete service manhole, with all work to be completed within 60 calendar days following the issuance of a Notice to Proceed. This acquisition is set aside for small businesses under NAICS code 237110, with an estimated procurement value between $100,000 and $250,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact MAJ Cuong Tran at cuong.m.tran5.mil@army.mil or 915-247-4468 for further details, with the solicitation expected to be issued around May 5, 2025.
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 U.S. Army Corps of Engineers, is soliciting proposals for the design and construction of water infrastructure at the Melrose Air Force Range in Curry County, New Mexico. The project, identified by Solicitation No. W912PP25R0017, involves establishing water lines connecting the Permanent Exercise Complex (PEC) and the Range Support Complex (RSC), including the construction of a new well and installation of filtration systems. This initiative is crucial for enhancing the operational capabilities of military assignments by ensuring reliable water supply and infrastructure. The contract is set aside for small businesses, with an estimated value between $1 million and $5 million, and proposals are due by April 23, 2025. Interested parties can contact Karen Irving at karen.k.irving@usace.army.mil or by phone at 505-342-3356 for further information.
White Sands Missile Range (WSMR) Repair Vehicle Exhaust System, BLDG 23480
Buyer not available
The Department of Defense, through the Mission Installation and Contracting Command (MICC) at Fort Bliss, intends to award a contract for the repair of the vehicle exhaust system at Building 23480, White Sands Missile Range, New Mexico. The project requires the contractor to provide all necessary labor, materials, and supervision to replace components of the existing exhaust system, ensuring effective extraction of vehicle fumes, with a performance period not to exceed 60 days after the Notice to Proceed. This initiative is crucial for maintaining safety and operational efficiency at the missile range, adhering to federal, state, and local standards, and is set aside 100% for HUBZone Small Businesses, with a project magnitude estimated between $100,000 and $250,000. Interested contractors should contact Jakeb James at jakeb.i.james.civ@army.mil or Franklin Godinez at franklin.godinez2.civ@army.mil for further details, and must be registered in the System for Award Management (SAM) to submit bids, with the solicitation expected to be issued in the near future.
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.
Repair Rebuild Route 219
Buyer not available
The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Bliss, is seeking bids for the repair and reconstruction of Route 219 at White Sands Missile Range in New Mexico. The project involves the removal and replacement of existing asphalt and base, processing of subgrade and new base course, and the application of thermoplastic pavement markings and traffic signs, all while preserving existing tank trails. This construction effort, set aside for service-disabled veteran-owned small businesses, has a contract duration of 90 days and a funding range between $500,000 and $1 million. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on May 6, 2025, with bids due on or about May 23, 2025; for further inquiries, contact Silvia Kane at silvia.i.kane.civ@army.mil.
Manufacturing Lab Addition Between B331 B332 and Renovations, Lakehurst Naval Base, Joint Base-MDL, New Jersey
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking bids for a construction project at Lakehurst Naval Base, part of Joint Base-MDL in New Jersey. The project involves the construction of a new 5,178 square foot manufacturing lab addition between two existing laboratory buildings, along with necessary renovations to those buildings, including asbestos remediation and utility relocations. This initiative is crucial for enhancing collaborative space for prototype, manufacturing, and engineering operations, with a contract value estimated between $5 million and $10 million. Interested small businesses must submit bids by the specified deadlines, with the solicitation expected to be advertised in April 2025 and contract award anticipated by June 2025. For further inquiries, contact Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil.
Construct Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren AFB, Wyoming
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of the Ground Based Strategic Deterrent (GBSD) Integrated Training Center at F.E. Warren Air Force Base in Wyoming. The project involves building an 85,000 square foot facility that will include classrooms, administration space, virtual training capabilities, and areas for security forces training, along with high-bay spaces for maintenance training. This construction is critical for enhancing military training capabilities and will adhere to various DoD and Air Force design standards. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to access solicitation documents and submit proposals. The estimated construction cost ranges from $25 million to $100 million, with proposals due following the issuance of the solicitation, expected in the coming weeks. For inquiries, contact Brandon Landis at brandon.p.landis@usace.army.mil or John Solomon at john.s.solomon@usace.army.mil.
P720 EDI: Missile Magazines, Naval Station Rota, Spain
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the construction of missile magazines at Naval Station Rota, Spain, under the project titled "P720 EDI: Missile Magazines." This procurement involves the construction of four Type D Earth Covered Magazines, a Forklift Charging Station, and related facilities, with a focus on enhancing operational capabilities for military use. The project is significant for national defense and is expected to be completed within 1,322 calendar days from the notice to proceed, with a projected contract value between $25 million and $100 million. Interested contractors must submit their proposals by May 21, 2025, and can direct inquiries to Brittany Briggs at brittany.d.briggs2.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil.
Automated Mat Casting Facility at Richardson Landing
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Memphis District, is seeking contractors for the design and construction of an automated mat casting facility at Richardson Landing in Drummonds, Tennessee. The project aims to develop a facility capable of mass-producing articulated concrete mattress (ACM) squares to meet government specifications, with a production target of 150,000 squares per year. This procurement is significant for enhancing the Army's capabilities in construction and infrastructure, with an estimated contract value exceeding $10 million. Interested contractors should prepare for a solicitation anticipated to be issued in April 2025, with proposals due approximately 30 days thereafter; for further details, contact Candra Scott at Candra.M.Scott@usace.army.mil.
Amendment 0009 to Request for Proposal W912DW25R0017 Aircraft Paint Shop
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Paint Shop at Joint Base Lewis-McChord in Washington. This project entails a 5,964 square-foot expansion of an existing facility, which must comply with stringent Department of Defense standards, including sustainability requirements, and will utilize a brand name or equal specification for the Monaco Fire Alarm Radio Building Transceiver. The estimated project cost is approximately $7.9 million, with a construction timeline of 540 calendar days, and proposals are now due by April 24, 2025, following an extension from the original deadline. Interested contractors should direct inquiries to Russell Armstrong at russell.j.armstrong@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further details.