(3) Rollover Snowplows SSN
Agency: MICC Fort Drum
Location: Fort Drum, New York
NAICS: 333120
| Agency | USACE New York District |
|---|---|
| Deadline | 02/26/26 |
| Posted | 02/12/26 |
| Estimated Value | $10,000,000 - $25,000,000 (value based on agency estimated range) |
| Set Aside | None |
| NAICS | 237990 - Other Heavy and Civil Engineering Construction |
| PSC | Not Provided |
| Location | Fort Drum, NY 13602 United States |
This is a SOURCES SOUGHT for the purpose of obtaining market research only. No proposals are being requested nor accepted under this synopsis. The U.S. Army Corps of Engineers, New York District, will use information obtained under this source sought to develop an acquisition strategy to meet the requirements for the Gas Alley ACP Modernization construction project at Fort Drum, NY. The purpose of this Sources Sought notice is to conduct market research to assess the capability and interest of small business concerns including participants in the U.S. Small Business Administration (SBA) 8(a) Business Development Program, HUBZone small business concerns, service-disabled veteran-owned small business (SDVOSB) concerns, women-owned small business (WOSB) concerns (including EDWOSBs, as applicable), and other small business concerns that are small under the applicable NAICS size standard to perform a design-build construction project at Fort Drum in support of the United States Army. The United States Army Corps of Engineers (USACE) New York District (NAN) anticipates a potential requirement for Design-Build (DB) construction services for the construction of five (5) new water wells. This will include well houses, SCATA systems/controls, site work and grading, utilities, and storm water management features. The project also includes approximately 5 miles of waterline, comms, duct bank, overhead powerlines, and other related work at Fort Drum. The Government estimates that design and construction of the potential requirement can be completed within twenty-four (24) months from receipt of Notice to Proceed (NTP). If market conditions indicate this estimate may be unrealistic, respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice. The anticipated magnitude of construction is between 10,000,000 and $25,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237990, Other Heavy and Civil Engineering Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration, is $45,000,000 annual revenue. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above are invited to provide capability statements to the primary point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements.
All interested firms are encouraged to respond to this notice and may do so by submitting a capabilities statement. The capabilities statement is limited to ten (10) pages total and should include the following information: a. Firm's name, address, point of contact, phone number and email address. b. Identify your business size (small or other than small) under the applicable NAICS code and size standard. If you are a small business, indicate any applicable SBA socioeconomic program/status (e.g., 8(a) participant, HUBZone small business concern, small disadvantaged business, women-owned small business, veteran-owned small business, or service-disabled veteran-owned small business). c. Demonstration of the firm's qualifications. Include two (2) sample projects indicating the following: - Title, location, description and dollar amount of the project. Also include a statement regarding relevancy to the qualifications being sought. - The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again, this is NOT a request for proposal or quotation; there is no solicitation available currently. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is within the discretion of the Government.
To foster inclusive opportunities and ensure broad participation of small businesses in federal contracting, we are seeking information from Other Than Small Business (OTSB) vendors on their subcontracting practices and goals. This inquiry is designed to assess the feasibility and extent of subcontracting possibilities in alignment with federal guidelines and to support the economic growth of small businesses through meaningful subcontracting opportunities. In your response, please address the following considerations by providing estimated subcontracting percentages for each of the socioeconomic categories (small business, small disadvantaged business, women-owned small business, HUBZone small business, veteran-owned small business, and service-disabled veteran-owned small business):
Describe whether your firm customarily contracts for part of the work to be performed or maintains in-house capability sufficient to perform the work. Provide two (2) examples or explain your approach.
Identify if there are likely to be product or service prequalification requirements and how you intend to manage these in relation to subcontracting opportunities.
Discuss the feasibility of acquiring any portion of the work through subcontracting, considering the time until contract completion and the impact on performance. Address how subcontracting decisions will be made to ensure fair market value and minimal disruption.
Please provide estimated percentage goals for subcontracting to each of the following socioeconomic categories: - a. Small Business (SB) - b. Small Disadvantaged Business (SDB) - c.Women-Owned Small Business (WOSB) - d. HUBZone Small Business - e. Veteran-Owned Small Business (VOSB) - f. Service-Disabled Veteran-Owned Small Business (SDVOSB) We are looking for vendors who demonstrate a clear understanding of the importance of small business subcontracting and have strategies in place to achieve these goals effectively. Responses are restricted to U.S. firms that are established and registered in the System for Award Management (SAM), www.sam.gov. For 8(a) and HUBZONE, firms must be certified by the Small Business Administration (SBA). All responses to this Market Research by interested businesses shall be limited to the information required above and shall be submitted via email no later than 1400 (2:00 PM) EST on February 26, 2026.
Attn: CENAN-CT
New York, New York 10278-0090 United States
Fort Drum, NY 13602 United States Primary Point of Contact.:
brian.h.winters@usace.army.mil
Background The U.S. Army Corps of Engineers, New York District, is conducting market research to assess the capability and interest of small business concerns for a design-build construction project at Fort Drum, NY. This project aims to support the United States Army by modernizing infrastructure related to water supply. Work Details The anticipated requirement includes Design-Build (DB) construction services for the construction of five new water wells. The scope encompasses well houses, SCADA systems/controls, site work and grading, utilities, and stormwater management features. Additionally, the project involves approximately 5 miles of waterline installation, communications duct bank, overhead powerlines, and other related work. Period of Performance The estimated period for design and construction completion is twenty-four months from receipt of Notice to Proceed (NTP). Place of Performance Fort Drum, NY 13602 United States
| Contact name | Brian Winters |
|---|---|
| Contact email | brian.h.winters@usace.army.mil |
| Contact phone | None |
Agency: MICC Fort Drum
Location: Fort Drum, New York
NAICS: 333120
Agency: MICC Fort Drum
Location: Fort Drum, New York
NAICS: 562991
Agency: Air Mobility Command
Location: Fort Drum, New York
NAICS: 334220
Agency: MICC Fort Drum
Location: Fort Drum, New York
NAICS: 238210