Loading...
W911SG26BA002
Response Deadline
Jun 2, 2026, 6:00 AM(MDT)20 days
Eligibility
Contract Type
Presolicitation
PRE-SOLICITATION NOTICE
White Sands Missile Range (WSMR), Install Sidewalk Dyer, Aberdeen to MLK
W911SG-26-B-A002
The Mission and Installation Contracting Command (MICC) – Ft. Bliss, Texas intends to issue an Invitation for Bids (IFB) to award a single firm-fixed-price contract to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary to install a new 5-foot wide and 4-inch-thick concrete sidewalk at White Sands Missile Range (WSMR), New Mexico in Dona Ana county. All work shall comply with State, Local and Federal laws and regulations, industry and construction codes and standards, manufacturer’s specifications and recommendations, and all contract special provisions, terms and conditions. The Contractor shall be responsible for obtaining all required licenses and permits to perform construction work on a Federal installation and be properly bonded and insured in accordance with Federal Acquisition Regulation (FAR) requirements. The intent of the contract is to provide for the construction and completion of the work described. The precise details of performing the work are not stipulated except as considered essential for the successful completion of the work. The Contractor shall furnish all labor, material, equipment, tools, transportation, and supplies necessary to complete the work according to the contract. The purpose of this project is to install a new 5-foot wide and 4-inch-thick concrete sidewalk along the West side of Dyer Street from Martin Luther King Bulevard to Aberdeen Street. Work also includes new curb and gutter at locations that do not have curb and gutters and curb and gutter replacement at locations shown on the plans. Installation of the new sidewalk includes new ADA ramps at all intersections, subgrade processing, and removal and relocation of existing signage that interferes with the alignment of the sidewalk. The Contractor shall provide all work, labor, materials, related fees, and related services for construction requested herein until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract, by the Government in a professional and collaborative environment to sustain mission requirements. Construction services and finished products shall be delivered on schedule, safely, and compliant with regulatory codes and standards.
The contract duration is 120 days after notice to proceed. This project is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The North American Industry Classification System (NAICS) code is 237310, with a size standard of $45,000,000.00. The magnitude of construction is between $100,000 and $350,000.
Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states, “By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded.”
The tentative date for issuing the solicitation is on or about 3 June 2026. The tentative date for the pre-bid conference is on or about 10 June 2026, 9:00 AM MST, and the location will be in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions from the pre-bid conference must be submitted by 17 June 2026 via email to dwyane.l.mil@army.mil.
The bid opening date is scheduled for on or about 8 July 2026. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM) at the time of bid submission in accordance with FAR 4.1102(a). To register, go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration).
The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov.
DISCLAIMER: The official plans and specifications are located on the official government webpage, and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
Dwyane Truly
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
MISSION INSTALLATION CONTRACTING COMMAND
418TH CSB
W6QM MICC-FT BLISS
W6QM MICC-FT BLISS
BLDG 111
111 PERSING RD
FORT BLISS, TX, 79916-6812
NAICS
Highway, Street, and Bridge Construction
PSC
REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
Set-Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)