Z--Defense Threat Reduction Agency (DTRA) White Sands
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 the Interior (DOI), Interior Business Center (IBC), on behalf of the Defense Threat Reduction Agency (DTRA), is soliciting proposals for the repair and modification of Tunnel 7 at the White Sands Missile Range (WSMR) in New Mexico. This Total Small Business Set-Aside opportunity, estimated between $1,000,000 and $5,000,000, requires a Firm Fixed Price (FFP) contract. Proposals are due March 5, 2026, by 4:00 PM ET.
Scope of Work
The contractor will repair and modify Tunnel 7, including its D-shape tunnel, overburden, ribs, crown, and invert, according to government designs. The project involves comprehensive site preparations, improvements, safing, and restoration for both pre and post-testing phases. Specific tasks include mobilization, ventilation, clearing the invert, installing steel sets, rock bolt installation, pin set base plates, steel lag tunnel arch, shotcrete application, building end bulkheads, placing concrete lifts, and demobilization. General construction support for instrumentation installation and safing the tunnel for re-entry post-testing are also required.
Contract Details
This is a Firm Fixed Price (FFP) contract. The estimated Period of Performance is from June 8, 2026, to June 15, 2027, with all tunnel construction to be completed by the latter date. Performance is expected to start within 10 calendar days of notice to proceed and be completed within 365 calendar days. The contract includes optional line items (6-8) and Instrumentation Work. Liquidated damages are set at $395.00 per day.
Submission & Evaluation
Proposals must be submitted by March 5, 2026, at 4:00 PM ET. The evaluation will follow a Best Value Tradeoff approach, with Past Performance being the most important factor, followed by Schedule, and then Price. Price gains importance as technical approaches become equal. Offerors must acknowledge all amendments. Key personnel requirements include a Project Manager, Superintendent, Quality Control Manager (each with 10 years experience, 5 in role), and a daily on-site Site Safety and Health Officer (5 years experience). Performance and Payment Bonds are required.
Important Notes
This requirement is a Total Small Business Set-Aside under NAICS 236220 (Commercial and Institutional Building Construction) with a $45.0 Million size standard. The Federal Supply Code (FSC) is Z2QA. Clarifications from Q&A indicate the DTRA batch plant will be available, but contractors must provide their own office trailer. Geotechnical data is available upon request. The latest amendments (0001 and 0002) updated the CLIN structure, extended the proposal due date, and modified liquidated damages.