West Campus Shoulder Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Homeland Security (DHS), specifically the Federal Law Enforcement Training Center (FLETC), is soliciting quotes for West Campus Shoulder Repair at its Artesia, NM training delivery point. This is a Firm Fixed-Price contract, set aside for Total Small Businesses, to reconstruct a failed roadway shoulder. Quotes are due February 6, 2026, at 12:00 PM ET.
Scope of Work
This opportunity requires the reconstruction, stabilization, and regrading of approximately 300 linear feet of a failed roadway shoulder at Emergency Response (ER) Range 3 on the West Campus of FLETC Artesia. The work aims to permanently correct the failure by restoring proper grade, compaction, and drainage. Key deliverables include:
- Excavating failed material and preparing the subgrade.
- Installing mechanically compacted aggregate (crushed-run granite or approved equal) in controlled lifts (not exceeding 3 inches loose depth).
- Establishing positive drainage away from the roadway.
- Ensuring a smooth, drivable transition to the existing roadway.
- Maintaining a clean work site and restoring disturbed areas. All work must adhere to OSHA safety standards, environmental protection best practices, FLETC security requirements, and industry standards. Finished dimensions are 300 linear feet length, 8 feet width, and 6 inches minimum compacted aggregate thickness.
Contract & Timeline
- Type: Firm Fixed-Price (RFQ)
- Period of Performance: Work to begin on or before February 12th, to be completed within two (2) days (weather dependent).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Quotes Due: February 6, 2026, at 12:00 PM ET
- Published: February 3, 2026
Evaluation
Award will be made to the responsible quoter offering the overall best value to the Government, considering technical evaluation factors and price. Evaluation factors include:
- Factor 1 - Technical Approach: Assessment of effectiveness, industry practices, capability statement/performance plan, and relevant experience.
- Factor 2 - Past Performance: Evaluation of recency, relevancy, source, context, and trends in the quoter's demonstrated work record.
- Factor 3 - Price: Analysis for reasonableness, accuracy, understanding of technical requirements, and realism, ensuring no increased risk of unsuccessful performance.
Additional Notes
This is a combined synopsis/solicitation (RFQ). Offerors must be registered in the System for Award Management (SAM) prior to submission and award. A statement of compliance with FAR 52.222-50 Combating Trafficking in Persons is required. Due to mission timelines, questions and answers are not offered, and debriefs are not authorized. An award notice will be provided.