INDUSTRY DAY SITE VISIT on 14 and 15 May 2025 for the Above Ground Construction Services Contract (CSC) pre solicitation
ID: HDTRA225RE0010003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE THREAT REDUCTION AGENCY (DTRA)DEFENSE THREAT REDUCTION AGENCYKIRTLAND AFB, NM, 87117-5669, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is hosting an Industry Day Site Visit on May 14 and 15, 2025, for the Above Ground Construction Services Contract (CSC) pre-solicitation. This event aims to provide potential vendors with insights into the project requirements and gather feedback on the draft solicitation and proposed acquisition strategy. The contract, which falls under the NAICS code 237310 for Highway, Street, and Bridge Construction, is part of an Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at $400 million, with the intention to award up to five contracts to small businesses. Interested parties should contact Ryan Margraf at ryan.d.margraf.civ@mail.mil or 505-353-4089 for further details, and must comply with access requirements for Kirtland AFB and White Sands Missile Range, including background checks and valid identification.

    Files
    Title
    Posted
    The solicitation HDTRA225RE001 by the Defense Threat Reduction Agency (DTRA) calls for construction services to facilitate test support and other construction efforts at Kirtland Air Force Base and White Sands Missile Range. This request is part of an Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at $400 million, with the intent to award up to five contracts to small businesses. Work includes general construction, repair, demolition, and maintenance of test structures, structured via task orders with diverse pricing arrangements such as Firm-Fixed Price and Time and Materials. Contractors must meet specific requirements, including performance bonds, and adhere to federal wage determinations. The contract emphasizes the importance of a fair opportunity to compete for task orders while allowing exceptions in urgent situations or for unique capabilities. The contract also stresses compliance with laws, safety standards, and several key federal acquisition regulations. Overall, this solicitation exemplifies the DTRA's commitment to enhancing construction capabilities while ensuring fair competition and contractor compliance in government procurement practices.
    The document outlines the agenda for an Industry Day focused on Above Ground Construction Services at Kirtland Air Force Base, scheduled for May 14-15, 2025. This event is intended to allow vendors to tour performance sites, engage in discussions with government representatives, and provide feedback on the upcoming Request for Proposal (RFP). Key logistical details include meeting at the Kirtland AFB Turman Gate at 8:00 AM, hotel accommodations, and car rental information tailored to the rough terrain of the area. Access requirements for both Kirtland AFB and White Sands Missile Range specify the need for valid identification, vehicle registration, and compliance with the REAL ID Act, while also detailing prohibited items. Additionally, visitors must undergo background checks for WSMR. The document serves to facilitate vendor participation by addressing various logistical aspects and access protocols. Overall, it emphasizes the importance of providing comprehensive information to interested vendors in preparation for the RFP process.
    The White Sands Missile Range Access Badge (WAB Badge)/Up-Range Request Form, governed by Army Regulation 190-13 and WSMR Visitor Control Policy 2024, is designed to assess the eligibility of individuals seeking access to the White Sands Missile Range. The form collects personal information to conduct state and federal criminal background checks, enforcing security protocols for entry. Disclosure of this information is voluntary, but non-compliance may result in access denial. Key details required include the individual's legal name, organizational affiliation, the purpose of the visit, and sponsorship details. Additionally, sponsoring organizations must ensure personnel complete a UXO Briefing before access is requested. The document emphasizes the importance of security measures while facilitating access necessary for authorized activities within the missile range. The submission process is outlined, indicating the necessity for physical security approval before access can be granted.
    The White Sands Missile Range Installation Access NCIC-III Check Request outlines the procedure for assessing individuals seeking access to the facility. Governed by Army Regulation 190-13 and federal privacy laws, the request determines the suitability of applicants through state and federal criminal history checks. Personal information is collected voluntarily; however, failure to provide it may lead to denied access. The form requires specific details including the applicant's legal name, sex, date of birth, driver's license information, work area, purpose for access, and sponsor information. The document emphasizes the importance of completing all fields accurately for security purposes and includes contact details for submission. This process is essential for managing access to the missile range and ensuring compliance with security regulations, particularly related to federal contracts or grants, reflecting the broader context of government operations and requirements.
    The Kirtland Air Force Base (AFB) Short Term Visitor Pass Pre-Notification Form is designed for individuals sponsoring visitors onto the installation. Sponsors must submit the form to the Gibson or Truman Visitor Control Center (VCC) at least 72 hours before the visitor's arrival, providing essential information such as visitor identity and duration of stay. Visitors are required to present a valid government-issued ID to obtain their pass, which is limited to a maximum of 30 days. If a sponsor wishes to obtain multiple passes totaling 30 days or more within 90 days, they must apply for a long-term pass. The document outlines the sponsor's acknowledgment of responsibility for their visitors' actions, emphasizing compliance with security protocols to retain sponsorship privileges. Additionally, it includes a Privacy Act Statement highlighting the confidentiality of personal information and the conditions under which it can be disclosed. This form is essential for ensuring organized and secure access to Kirtland AFB for authorized visitors while aligning with military protocols for visitor management.
    Similar Opportunities
    DRAFT: OB BP IDIQ
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking qualified contractors for the DRAFT: OB BP IDIQ opportunity, aimed at enhancing the capacity of partner nations to counter weapons of mass destruction (WMD) and chemical, biological, radiological, and nuclear (CBRN) threats. The contract will primarily support DTRA's Countering-WMD Security Cooperation Engagement Program (CSCEP) and the International Counterproliferation Program (ICP), focusing on establishing or enhancing partner nation capabilities to deter, detect, interdict, or respond to WMD proliferation. This initiative is critical for the Department of Defense and U.S. Government in their efforts to deter strategic attacks and prevail against WMD-armed adversaries. Interested parties can reach out to primary contact Jocelyn Fritz at jocelyn.m.fritz.civ@mail.mil or 571-616-5277, or secondary contact Eric Rode at eric.m.rode.civ@mail.mil or 571-616-6145 for further information. The final Request for Proposal (RFP) is expected to be issued before the end of the fiscal year, with updates available on the SAM.gov entry.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    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 - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    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.
    Notification to the public of consolidation of contract requirements
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    CONSTRUCT STREAM BRIDGE TO REPLACE NRP-03
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking contractors to construct a stream bridge to replace NRP-03 on the Fort McCoy installation. This project falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, and is classified as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in federal contracting. The successful contractor will play a crucial role in enhancing infrastructure and ensuring safe transportation routes within the military installation. Interested parties should reach out to Kristine Scholz at kristine.k.scholz.civ@army.mil for further details regarding the solicitation process.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    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.
    GUIDED MISSILE BUILDING ON SALINAS PEAK, AT WHITE SANDS MISSILE RANGE, SIERRA COUNTY, NEW MEXICO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a guided missile building on Salinas Peak at the White Sands Missile Range in Sierra County, New Mexico. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1FB for the construction of recreational buildings. The successful contractor will play a crucial role in supporting military operations by providing essential infrastructure at a key testing and training facility. Interested parties can reach out to Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further details regarding the solicitation process.
    INDUSTRY DAY: SURVIVABLE AIRBORNE OPERATIONS CENTER (SAOC), Offutt AFB, NE (SAOC) CONSTRUCTION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is hosting an Industry Day for the Survivable Airborne Operations Center (SAOC) construction project at Offutt Air Force Base, Nebraska. This event aims to provide detailed information and gather industry feedback on the construction of a 280,200 square foot maintenance hangar designed to accommodate two Boeing 747-8i aircraft, along with associated taxiway and support facilities. The project is significant for enhancing operational capabilities and ensuring compliance with Department of Defense standards, with an estimated construction value exceeding $500 million. Interested prime contractors with bonding capacity of $400 million or greater must request one-on-one interviews by January 9, 2026, to discuss the project further, with the Industry Day scheduled for January 22, 2026, at the Edward Zorinsky Federal Building in Omaha, NE.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.