New Mexico Bids > Bid Detail

DTRA Heavy Test Site Construction (Above Ground)

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159149761364023
Posted Date: Jan 11, 2024
Due Date: Jan 26, 2024
Source: https://sam.gov/opp/3cd0870d42...
Follow
DTRA Heavy Test Site Construction (Above Ground)
Active
Contract Opportunity
Notice ID
DTRA-24-0112
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE THREAT REDUCTION AGENCY (DTRA)
Office
DEFENSE THREAT REDUCTION AGENCY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 11, 2024 03:24 pm MST
  • Original Response Date: Jan 26, 2024 12:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 2379 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Kirtland AFB , NM 87117
    USA
Description

THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR INVITATION FOR BID (IFB). This notice does not obligate the Government to award a contract or otherwise pay for information submitted in this request.



The Defense Threat Reduction Agency (DTRA) supports multiple entities throughout the Department of Defense (DoD) by performing weapons testing and procuring test articles for weapons testing. DTRA operates test sites in several locations, including White Sands Missile Range (WSMR) and Kirtland Air Force Base (KAFB). The testing plans and objectives often require the construction of test articles to validate the object being tested or to achieve certain results. These test articles are varied in design requirements and can include, but are not limited to multi-storied structures, above and surface constructed underground carports and bunkers built with reinforced concrete and high strength steel, steel towers, and other similarly constructed structures.



The purpose of this announcement is to identify small business and 8(a) construction firms capable of performing the work outlined herein, in accordance with Occupational Safety and Health Administration (OSHA) requirements and U.S. Army Corps. Of Engineers, EM-385-1-1, Safety.



Description of Work: A multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a reserve for 8(a) performers is contemplated. Task Orders may be issued on a Firm-Fixed Price (FFP) and/or Time-and-Materials (T&M) basis, as well as other options. The contemplated contract will have a total potential period of performance of ten (10) years, consisting of a five (5) year base period and a five (5) year option period. The total projected contract ceiling value is $180,000,000 or $90,000,000 for each five year period.



The following list of requirements are applicable to the planned contract:




  1. Construction of multi-story reinforced concrete or earthen filled structures (2-5 stories) with basement structures.

  2. Steel work, unique fabrication, erecting and construction of steel platforms and towers up to 100 feet in height.

  3. Construction and/or repair of remote dirt or partially paved roads.

  4. Installation of electrical systems and power supply.

  5. Trench work in soil and concrete to support placement of instrumentation for measuring data.

  6. Construction of berms (10 – 15 ft in height) for protection of blasting.

  7. Drilling and placement of vent shafts or bore holes from surface to varying depths within all types of subsurface materials (depths ranging from 10 – 35 ft). This includes coring and core sampling.

  8. Emplace portals and other types of door structures in existing above ground structures.

  9. Earthwork, excavation, removal, transport, grading and compacting. Grading of earthwork may include slopes of up to 45 deg and excavation at varying elevations (15 ft and below).

  10. Demolition of steel and concrete structures.

  11. Perform and review LIDAR surveys of surface excavation; excavation may be required to be within 6” of theoretical profile.

  12. Perform geological surveys to validate subsurface materials in support of testing objectives and construction standards.

  13. General construction efforts may include, but are not limited to, rough and finish carpentry, painting, roofing, low-voltage electrical, plumbing, and masonry.

  14. Environmental remediation of various hazardous and non-hazardous materials, structures, and general site soil as part of construction and remediation efforts.

  15. Operation of Heavy lift equipment: cranes, rough terrain forklifts, etc. to support test bed preparation efforts.



Location of work: Most primary constructions sites are located on WSMR, NM approximately 45 miles from the closest base entrance Stallion Gate, WSMR, NM. The WSMR entrance is located 12 miles from east from Exit I-25 on mile marker 139 (San Antonio, N.M.) is considered remote with little direct support for services. There are concrete batching facilities located no more than 25 miles from the potential sites. Note that there is a possibility construction will be required at other DTRA testing sites (i.e. KAFB).



Applicable NAICS Codes: 2379 - Heavy and Civil Engineering Construction (primary); 1629 - Heavy Construction Not Elsewhere Classified



Response Requirements: In response to this Sources Sought publication, provide a Capability Statement document with a limit of 15 pages. Submissions should include pertinent information demonstrating your company's capabilities to accomplish the specific work described above. In addition, include a list of any similar projects completed in the last 5 years. Other information can include general company data, key personnel, current/potential business partnerships, core competencies, differentiators (unique capabilities), and point of contact (POC) information. Submit responses to stephen.c.whalen.civ@mail.mil (Primary), cynthia.d.guest.2.civ@mail.mil (Secondary).




Attachments/Links
Contact Information
Contracting Office Address
  • 1680 TEXAS STREET SE
  • KIRTLAND AFB , NM 87117-5669
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 11, 2024 03:24 pm MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >