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 White Sands Missile Range (WSMR), New Mexico. This project involves comprehensive structural repairs, site preparation, and support for pre- and post-testing activities. The estimated contract value is between $1,000,000 and $5,000,000. This is a Total Small Business Set-Aside under NAICS Code 236220.
Scope of Work
The contractor will be responsible for repairing and modifying Tunnel 7, including its D-shape tunnel, overburden, ribs, crown, and invert, according to government designs and specifications. Key tasks include:
- Site preparation, improvements, safing, and restoration for both pre and post-testing.
- Removal and repair of damaged structural components within the tunnel.
- General construction support for instrumentation installation in preparation for testing.
- Safing the tunnel for re-entry post-testing.
- Furnishing all necessary labor, materials, equipment, transportation, tools, and supervision. Specific construction tasks detailed in the Statement of Work include mobilization, ventilation, clearing and preparing the invert, installing steel sets, rock bolt installation, pin set base plates, steel lag tunnel arch, shotcrete application, building end bulkheads, placing concrete lifts, cleaning up the tunnel site, and demobilization.
Contract Details & Timeline
- Contract Type: Firm Fixed Price (FFP) for all Contract Line Item Numbers (CLINs).
- Period of Performance: Estimated from June 8, 2026, to June 15, 2027. Performance must commence within 10 calendar days of Notice to Proceed (NTP) and be completed within 365 calendar days of NTP, with a final completion date of June 15, 2027.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220 "Commercial and Institutional Building Construction" with a $45.0 Million size standard.
- FSC: Z2QA - Repair or Alteration of Restoration of Real Property.
Submission & Evaluation
- Proposal Submission Deadline: March 2, 2026, by 4:00 PM ET. Proposals must be submitted via email.
- Questions Due: February 12, 2026, by 12:00 PM ET.
- Site Visit: A site visit is scheduled for February 5, 2026.
- Evaluation Factors: Award will be based on a Best Value Tradeoff approach. Factor 1 (Past Performance) is the most important, followed by Factor 2 (Schedule), and then Factor 3 (Price). Price becomes more significant as technical approaches become equal. Offerors must provide clear, concise proposals with convincing rationale.
- Key Personnel Requirements: Minimum of one project manager, one superintendent, and one quality control manager, each with at least 10 years of experience (including 5 years in their specific role on similar projects). A Site Safety and Health Officer (SSHO) with a minimum of five years of construction safety experience is required on-site daily.
Additional Notes
This solicitation is issued under Federal Acquisition Regulation (FAR) Part 15. Offerors must comply with all applicable FAR, DFARS, DIAR, and AQD provisions. Performance and Payment Bonds are required. The Statement of Work details specific requirements, including a Quality Control Plan (QCP) within 30 days of award, a Site Safety and Health Plan (SSHP), and a cost and resource-loaded project schedule updated weekly.