Repair Range Road 21 (RR21)
ID: W911SG24R0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting proposals for the Repair Range Road 21 (RR21) project at White Sands Missile Range in New Mexico. The project involves comprehensive roadway repairs, including milling, reshaping, and compacting the existing road, with an estimated construction budget between $5 million and $10 million. This initiative is crucial for maintaining essential infrastructure that supports defense operations, ensuring safety and functionality within the missile range. Interested contractors must submit their technical proposals by August 28, 2024, with electronic submissions accepted, and can direct inquiries to Jennifer Contreras at jennifer.m.contreras13.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil.

    Files
    Title
    Posted
    The document provides directions for accessing the Department of Public Works (DPW) at Building 102, located in Las Cruces. To reach DPW from the Las Cruces Gate, individuals are instructed to head south on Headquarters Blvd, then make a right turn onto Springfield, leading into the parking lot adjacent to Building 102. The main entrance of Building 102 faces Headquarters Blvd, making it accessible from the described route. This information is essential for visitors or personnel needing to locate and enter the specific building for official purposes. The concise directions cater to facilitating access to a federal facility, which could be relevant in the context of various government initiatives, including RFPs and grants requiring physical presence for collaboration or support activities.
    The Request for Information (RFI) RR21 W911SG24R0019 outlines specifications for a roadway project managed by the government. Key inquiries covered the existing asphalt thickness, permitted materials, and the process for milling and working on the roadway without completely closing it to traffic. Essential information includes that asphalt thickness varies between 3-6 inches, SP IV is acceptable instead of SP III, and there are no utilities to be relocated. Contractors are required to mill asphalt and spread millings on the shoulders, adhering to NMSHTD specifications for subgrade processing. Environmental regulations and safety protocols will be detailed in the Statement of Work (SOW), emphasizing the contractor's responsibility for timely communication regarding potential project stoppages due to training exercises. The evaluation criteria for proposals focus on the detailed approach, methodologies, and technologies proposed, with past performance of subcontractors considered but not weighed in the initial evaluation process. Proposal submissions must adhere to strict requirements, including a bid guarantee in the second phase only. Clarity on proposal deadlines and submission formats is provided to ensure compliance with the government's standards. This RFI reflects the government’s commitment to maintaining safety and quality in the execution of public works projects.
    The document is a Request for Information (RFI) concerning construction specifications for the project RR21 W911SG24R0019. It addresses multiple inquiries regarding asphalt milling, subgrade processing, environmental regulations, safety protocols, and proposal submission requirements. Key details include that existing asphalt thickness varies from 3-6 inches, milling operations will be performed on one side of the roadway while maintaining vehicular access, and no existing gates or utilities will be relocated. The contractor is tasked with using millings on shoulders and must adhere to environmental guidelines outlined in the Statement of Work (SOW). Regarding proposal requirements, it specifies submission formats and deadlines, with no pricing accepted for Phase 1 proposals. Evaluation criteria focus on the technical approach rather than past performance, though team partners' past performance can be considered. The deadline for submitting bid proposals has been adjusted, and a bid bond is required for Phase 2 only. This RFI serves as a comprehensive guide for contractors seeking clarification on project specifications and proposal submission processes while emphasizing adherence to government standards and practices in construction projects.
    The document outlines a public works project for the White Sands Missile Range in New Mexico, focusing on the repair of a specific roadway identified as RR21. It includes design drawings, a site plan, and detailed specifications for road construction and enhancements. The project involves the installation of new asphalt surfaces, scarifying existing materials, and ensuring proper compaction and thickness according to established standards. Additionally, it outlines requirements for pavement markings and striping, such as the application of extruded thermoplastic traffic markings that meet regulatory standards. The aim is to improve road safety and functionality within the missile range, employing systematic engineering approaches while adhering to federal construction regulations. Overall, this project illustrates the federal commitment to maintaining essential infrastructure for defense and operational activities at the missile range.
    This document is an amendment to solicitation W911SG24R0019 issued by MICC - Fort Bliss, extending the due dates for proposals on the Repair Range Road 21 project. The amendment, dated 19 August 2024, allows additional time for bidders to prepare their submissions. The revised schedule specifies that Step 1 proposals are due on 28 August 2024, followed by Step 2 proposals on 11 September 2024. The solicitation emphasizes the requirement for a bid guarantee and outlines that all bid bonds must be original. Additionally, the project is set-aside for small businesses under NAICS 237310, with an estimated construction budget of $5,000,000 to $10,000,000. The contract will be awarded as a Firm Fixed-Price across a two-step sealed bidding process, with Step 1 focusing on technical proposals evaluated for approach and methodology, while Step 2 will invite bids based solely on pricing from qualified proposers. Key instructions include providing a detailed proposal breakdown without pricing, a list of any available subcontractors, and a proposed schedule. A site visit will be conducted to brief bidders, and all questions regarding the solicitation must be submitted in writing. Failure to adhere to these guidelines may result in rejection of proposals.
    The document is an amendment to a government solicitation related to contract W911SG24R0019, issued by MICC - Fort Bliss. It notifies potential bidders that electronic bids will now be accepted for Step 1 of the solicitation and must be submitted by the specified deadline. Late submissions will not be considered. The amendment includes provisions for electronic bids as outlined in Section 14.202-8. Offerors are required to acknowledge receipt of this amendment to avoid rejection of their submissions. The document also details procedures for submitting changes to existing offers. The amendment is effective as of August 23, 2024, and maintains all previous terms of the original solicitation. This amendment emphasizes the importance of compliance with submission formats and deadlines, reflecting standard practices in government contracting processes.
    The government has issued a Request for Proposal (RFP) for the "Repair RR21" project, aimed at reconstructing Roadway RR21. This project is designated as an 8(a) competitive set-aside under NAICS code 237310, with a small business size standard of $45 million. The estimated construction cost ranges between $5 million and $10 million. Bids must be submitted in sealed format, with the opening set for September 4, 2024. A performance payment bond is mandatory, and qualified bidders are required to provide original bid guarantees. Key personnel, including a dedicated Superintendent, will need to be present on-site throughout the project duration. Contractors must comply with specific submission guidelines for technical proposals, which include detailed project approaches, subcontractor lists, and project schedules. All proposals must be emailed to the provided contract specialists. The RFP emphasizes stringent adherence to construction schedules and performance timelines, allowing 10 days for start post-award and a completion period of 180 days. This document outlines critical requirements for bidding, execution, safety protocols, and confidentiality, reflecting the government’s commitment to maintaining high standards for contracted work.
    The statement of work (SOW) outlines the requirements for the Repair RR21 project at White Sands Missile Range, NM, emphasizing compliance with federal, state, and local regulations. The contractor is responsible for acquiring necessary permits and necessary materials for road construction, which involves milling, reshaping, and compacting the existing roadway. The project must be completed within 180 calendar days unless otherwise specified due to unforeseen contingencies. A pre-construction meeting is mandatory to address logistical issues, and regular progress meetings will be held throughout the project duration. Safety protocols mandate adherence to U.S. Army safety standards and the implementation of a site-specific safety plan. Personnel are required to undergo various training, including hazardous material handling and accident prevention training, before starting work on-site. Environmental considerations include proper disposal of waste materials and mitigation of air and water pollution during operations. The contractor is also tasked with managing access to the site, maintaining safety measures, and coordinating effective traffic control. Overall, the SOW illustrates the comprehensive management and operational requirements associated with the Repair RR21 project, reflecting the government’s commitment to maintaining safety and regulatory compliance in infrastructure projects.
    This document is an amendment to the solicitation W911SG24R0019, with significant changes to the bid timelines and instructions for the upcoming project. The bid opening for Step 2 has been rescheduled to September 17, 2024, at 11:00 AM MST. The amendment clarifies proposal submission processes, including a mandatory site visit on August 5, 2024, and stipulates that technical proposals are due August 28, 2024. Key contacts for inquiries have been designated, and all questions must be submitted electronically by August 12, 2024. Technical evaluations will initially focus on the quality of the proposals based on specified criteria, with only acceptable submissions proceeding to the bid phase. Proposals must include necessary documentation, such as a cover sheet, detailed project breakdown, and subcontractor list. All communication regarding this solicitation should reference the specific amendment numbers, and the document underscores the importance of accuracy in proposals. This amendment reflects the government’s commitment to an organized and transparent procurement process while emphasizing compliance with solicitation terms.
    The memorandum issued by the U.S. Army Garrison White Sands Missile Range outlines the Visitor Control Policy aimed at enhancing installation security. It mandates that only authorized individuals are allowed entry, with stringent identity proofing and vetting procedures necessary for those not holding a Common Access Card (CAC) or valid federal ID. Commanders and directors are responsible for establishing effective access control processes aligned with Department of Defense (DoD) regulations. The policy includes provisions for screening, vetting, and credentialing visitors, with specific checks against the National Crime Information Center (NCIC) and Terrorism Screening Database (TSDB). Additional measures address the protocols for various categories of personnel requiring access, including contractors, vendors, and family members, each subject to background checks and guidelines for escorted access. The document also stipulates the establishment of a waiver process for individuals denied access, detailing the steps and requirements for reevaluation. Overall, the policy underscores the commitment to maintaining the safety and security of the installation while ensuring compliance with existing regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CO OMAD 300(69) Minuteman Missile Access Road
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the CO OMAD 300(69) Minuteman Missile Access Road project, which involves the reconditioning and re-graveling of approximately 116.910 miles of access roads utilized by the United States Air Force across Colorado, Nebraska, and Wyoming. The project aims to enhance road maintenance by adding a four-inch aggregate surface course and includes specific requirements for roadway reconditioning while adhering to federal construction standards. This initiative is crucial for maintaining essential infrastructure supporting national defense operations. Interested contractors should note that the total project funding is estimated at $8,650,000, with bids due by the specified deadlines, and can contact Stephanie Navarro or Jorey Deml at CFLContracts@dot.gov for further information.
    Range Maintenance Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is soliciting proposals for Range Maintenance Support Services under contract ID W91CRB-24-R-0005. The objective of this procurement is to provide comprehensive maintenance and improvement services for military testing programs, including the upkeep of test ranges, environmental remediation, and the installation and maintenance of facilities. This contract is crucial for ensuring the operational readiness and safety of military testing environments, with a minimum contract value of $1,000 and a maximum of $9,999,999 over a five-year period. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Noah Lane or Todd Strasavich via the provided email addresses.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico. This initiative involves essential pavement preservation work, including crack sealing, patching, chip seal application, micro-surfacing treatments, and pavement marking over a total length of 33.49 miles, targeting various National Park Service sites and surrounding counties. The project is part of a federal effort to maintain and enhance infrastructure within national parks, ensuring visitor safety and preserving cultural heritage. The estimated contract value ranges between $5 million and $10 million, with a tentative completion date set for Winter 2025. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or call 360-619-7520 for further information.
    WA NP MORA PMS(2), PAVEMENT PRESERVATION MT RAINIER WEST
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the WA NP MORA PMS(2) Pavement Preservation project at Mount Rainier West in Washington. This project aims to enhance approximately 25.68 miles of roadway, with a contract value estimated between $5 million and $10 million, and is open exclusively to designated contractors under existing MATOC contracts. The procurement emphasizes compliance with federal regulations and requires bidders to submit proposals by September 17, 2024, ensuring adherence to project specifications and timelines. Interested parties can direct inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WSMR Contracted Security Guards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide security guard services at White Sands Missile Range (WSMR) in New Mexico. The contract will involve armed security personnel who maintain Secret clearances and are responsible for safeguarding restricted areas, preventing unauthorized access, and ensuring the protection of classified information. This procurement is crucial for maintaining security at military operations and testing activities, with the solicitation expected to be issued around September 23, 2024. Interested parties can reach out to Joseph Flores at joseph.a.flores.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil for further details.
    Two-Lane Paved Bypass Road Construction
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking qualified contractors for the construction of a two-lane paved bypass road at Eglin Air Force Base in Florida. This project involves comprehensive construction activities including land clearing, grading, drainage installation, and paving, with an estimated cost range of $1,000,000 to $5,000,000. The procurement is a competitive 8(a) set-aside, aimed at small businesses certified by the Small Business Administration, emphasizing the importance of supporting small business participation in federal contracting. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for solicitation documents, which are expected to be available around October 17, 2024. For further inquiries, contact MAJ Rocky Harkless at rocky.a.harkless@usace.army.mil or 251-441-5456.
    Council Grove Crest Roadway Reapir
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the repair of deteriorated asphalt pavement at the Crest Roadway and Overlook Area in Council Grove, Kansas. The project involves the repair of approximately 12,820 square yards of asphalt pavement, along with updates to roadway and parking striping, with an estimated construction duration of around 320 days and a projected cost between $1 million and $5 million. This opportunity is particularly significant for small businesses, including those classified as HUBZone and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as the Corps encourages their participation. Interested firms must submit their capabilities and past project experience by September 21, 2024, with the solicitation expected to be issued in late October 2024 and proposals due in late November 2024. For further inquiries, contact Kordel Tyler at kordel.m.tyler@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.
    W912QR-42284838 Design and Construction of a concrete block Moving Armor Target (MAT) Wall, Ft. McCoy, WI
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a concrete block Moving Armor Target (MAT) Wall at Fort McCoy, Wisconsin, under contract number W912QR-42284838. The project involves the demolition of an existing timber pile wall, associated earthwork, and reconnection of existing electrical equipment, with a budget range of $500,000 to $1,000,000. This construction is critical for enhancing military training capabilities and ensuring compliance with regulatory standards. Proposals are due by 12:00 PM ET on September 18, 2024, and interested contractors should contact Alex Hamilton at alex.j.hamilton@usace.army.mil for further details.
    Replace Railroad Crossing and Gate on HWY 21
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking bids for the replacement of a railroad crossing and rail gate on HWY 21. This project falls under the NAICS Code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is crucial for maintaining safe and efficient transportation infrastructure at the installation. The contract will be awarded as a firm fixed-price contract, with a project magnitude estimated between $500,000 and $1,000,000, and a performance period of 270 days following the Notice to Proceed. Interested small businesses must submit their bids in response to Solicitation W911SA24B2016, and can contact Crystal Johnson at crystal.j.johnson27.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further information.