Z--Defense Threat Reduction Agency (DTRA) White Sands Missile Range (WSMR) Tunnel
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), Acquisition Services Directorate (AQD), on behalf of the Defense Threat Reduction Agency (DTRA), is seeking a contractor to repair Tunnel 7 at the White Sands Missile Range (WSMR) Alternate Seismic Hardrock in Situ Test site (ALT-SHIST) in New Mexico. This is a pre-solicitation announcement for a forthcoming Request for Proposal (RFP).
Scope of Work
The project involves comprehensive repair and restoration of Tunnel 7 for both pre and post-testing phases. Key tasks include:
- Repairing a D-shape tunnel and overburden, 20 feet in depth and width, inside the tunnel.
- Removing and repairing any damage to the ribs, crown, and invert of Tunnel 7.
- Providing general construction support for instrumenting the tunnel in preparation for testing, and then safing the tunnel for re-entry post-testing.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 236220, Commercial and Institutional Building Construction (Size Standard: $45 Million)
- Product Service Code (PSC): Z2QA, Repair or Alteration of Restoration of Real Property (Public or Private)
- Magnitude of Construction: $1 Million to $5 Million
- Anticipated Period of Performance: June 8, 2026, through June 15, 2027
- Anticipated RFP Issue Date: On or about January 21, 2026
- Anticipated Proposal Close Date: On or about February 20, 2026
Evaluation
Award will be made using a Best Value Tradeoff selection process in accordance with FAR Part 15 and FAR Part 36. Anticipated evaluation factors include Past Performance, Schedule, and Price.
Additional Notes
Bid, Performance, and Payment Bonds will be required. The RFP will be issued electronically via SAM.gov. Prospective offerors must have an active registration in SAM and a UEI number to conduct business with the Federal Government.
Point of Contact: Stephanie McCullough (Contracting Officer) at stephanie_mccullough@ibc.doi.gov or Ryan Miller (Contract Specialist) at Ryan_Miller@ibc.doi.gov.