SOURCES SOUGHT
Y -- PT Track & Field Replacement for White Sands Missile Range, Do�a Ana County, New Mexico
- Notice Date
- 11/26/2025 10:12:55 AM
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP26BA001
- Response Due
- 12/11/2025 1:00:00 PM
- Archive Date
- 12/26/2025
- Point of Contact
- Loretta Sanchez, Phone: 5053423210, Karen Irving, Phone: 5053423356, Fax: 5053423496
- E-Mail Address
-
loretta.d.sanchez@usace.army.mil, karen.k.irving@usace.army.mil
(loretta.d.sanchez@usace.army.mil, karen.k.irving@usace.army.mil)
- Description
- SOURCES SOUGHT For W912PP26BA001 PT Track & Field Replacement for White Sands Missile Range, Do�a Ana County, New Mexico This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U.S. Army Corps of Engineers (USACE) � Albuquerque District has been tasked to solicit for and award a track & field replacement at White Sands Missile Range, New Mexico. The proposed project will be a competitive, firm-fixed-price, design-bid-build contract procured in accordance with FAR 14, Sealed Bidding selection process, however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the responses to this synopsis. PURPOSE OF SOURCES SOUGHT The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. PROJECT DESCRIPTION & EXPERIENCE REQUIREMENTS The Government is seeking qualified, experienced sources capable of replacing the existing grass field with high-quality artificial turf. The design includes an integrated drainage system. Currently, drainage areas are located on the north, south, and east sides of the existing PT field. The project includes the removal of the existing irrigation system and the proper capping of all water sources currently supplying the system. Replace the existing light poles with new field lights and poles. The existing concrete pedestals and electrical wiring will be replaced. Replace the current rubber track with a more modern and durable system. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $5,000,000 and $10,000,000. The minimum/special capabilities required for this project are: --Prime Contractor experience with the Design-Bid-Build projects performed for the Government. --Prime Contractor experience with the construction of artificial turf playing fields & rubberized running tracks. --Prime Contractor experience with installation of light poles for sports facilities. --Prime Contractor experience with the security requirements imposed on construction outfit and the associated personnel working on military installations. The North American Industry Classification System code for this procurement is 238990 which has a small business size standard of $19 Million. Small Businesses are reminded under FAR 52.219-14 DEV, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees, or similarly situated entities for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date for the solicitation is on or about 10 November 2026. The official synopsis citing the solicitation number will be issued on SAM.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued. INSTRUCTIONS ON SUBMISSION OF RESPONSES TO THIS SOURCES SOUGHT Firm�s response to this Sources Sought shall be limited to 10 pages and shall include the following information: 1. Firm�s name, address, point of contact, phone number, e-mail address, CAGE, DUNS, and website (if applicable). 2. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, EWOSB, 3. Provide a list of at least three examples of same or similar work performed by your firm in the past 6 years of same or similar size, scope, magnitude and complexity as the Missile Assembly Support Building. a. Provide a brief description of the project, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether your firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Prot�g� program. If your firm was a subcontractor indicate your role in the project and the dollar value of the portion performed. 4. Firm�s experience with the minimum capabilities listed in this Sources Sought Notice. 5. Do you intend to have partners represented in the response? This includes, but is not limited to, existing joint venture partners, potential teaming partners, prime contractor (if responder is potential subcontractor), or subcontractors (if responder is potential prime contractor). If yes, please describe the partner and the expected relationship with respect to this activity. 6. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to the estimated construction price range of this project. Procurement Integrated Enterprise Environment (PIEE) All prospective Offerors and their Subcontractors must be registered in the System for Award Management (SAM - www.SAM.gov) and the PIEE website to be able to download solicitation information. Solicitation documents, plans, and specifications are only available to be download from PIEE, which may be accessed at https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml. Registration should be completed one (1) week prior to the anticipated solicitation release date. USACE will not notify Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. Copies of the solicitation and the solicited plans and specifications will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 11 December 2025, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Loretta Sanchez at Loretta.D.Sanchez@usace.army.mil. Firms responding to this sources sought notice who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought notice. If inadequate responses are received, this solicitation may be issued for full and open competition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c296f1e4bdd54bc08902c141aa7aae26/view)
- Place of Performance
- Address: White Sands Missile Range, NM 88002, USA
- Zip Code: 88002
- Country: USA
- Zip Code: 88002
- Record
- SN07652893-F 20251128/251126230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |