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 a Firm Fixed-Price contract to repair and modify Tunnel 7 at White Sands Missile Range (WSMR), New Mexico. This effort is a Total Small Business Set-Aside and involves comprehensive tunnel restoration and support for testing activities. Proposals and revisions are due March 19, 2026, at 5:00 PM ET.
Scope of Work
The contractor will repair and modify Tunnel 7, including its D-shape tunnel (20 feet depth and width), overburden, ribs, crown, and invert. The project encompasses all necessary site preparations, improvements, safing, restoration, and modification for both pre and post-testing phases. Specific tasks include mobilization, ventilation, clearing and preparing the invert, installing steel sets, rock bolts, pin set base plates, steel lag tunnel arch, shotcrete application, building end bulkheads, placing concrete lifts, site cleanup, and demobilization. The contractor will also provide general construction support for instrumentation installation and tunnel safing for re-entry post-testing.
Contract Details
- Contract Type: Firm Fixed Price (FFP) for all CLINs.
- Estimated Magnitude: Between $1,000,000 and $5,000,000.
- Period of Performance: April 15, 2026, to April 15, 2027.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220 – “Commercial and Institutional Building Construction” (Size Standard: $45.0 Million).
- FSC: Z2QA – Repair or Alteration of Restoration of Real Property.
- Liquidated Damages: $395.00 per day (Clause 52.211-11).
- Bonds: Performance and Payment Bonds are required.
Submission & Evaluation
- Proposal Submission/Revisions Due: March 19, 2026, at 5:00 PM ET.
- Evaluation Factors: Best Value Tradeoff, with Factor 1 (Past Performance) being most important, followed by Factor 2 (Schedule), and then Factor 3 (Price). Price becomes more important as technical approaches become equal.
- Submission Note: For revisions, offerors should only submit necessary acknowledgements and areas of the original proposal where changes were made, not the entire package.
Key Requirements & Clarifications
- Key Personnel: Minimum of one project manager, one superintendent, and one quality control manager, each with at least 10 years of experience (5 years in their specific role on similar projects). A Site Safety and Health Officer (SSHO) with five years of construction safety experience is required on-site daily.
- Mine Rescue: Contractor must provide a mine rescue crew with proper Personal Protective Equipment (PPE) for underground work.
- Site Logistics: The DTRA batch plant will be available, but contractors must provide materials and operate their bucket loader. Contractors are responsible for developing and obtaining approval for all concrete, grout, and shotcrete mix designs.
- Documentation: A Geotechnical Report is available upon request.
- Optional Items: The CLIN structure includes optional line items (6-8) and Instrumentation Work.