SOURCES SOUGHT
99 -- Sources Sought: Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
- Notice Date
- 2/13/2025 6:09:13 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
- ZIP Code
- 10278-0004
- Solicitation Number
- W912DS25S0020
- Response Due
- 2/28/2025 11:00:00 AM
- Archive Date
- 03/15/2025
- Point of Contact
- Jordan Moran, Phone: 9177908121, Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
jordan.k.moran@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(jordan.k.moran@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
- Description
- 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 WSAAF Lighting Upgrade at Fort Drum, NY. The intent of this sources sought is to assess industry's small business concerns including 8(a) companies within New York with an SBA approved office for competition in New York, Historically Underutilized Business Zone (HUB Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB), and all small businesses under the size standard, capability and interest in performing the construction project at Fort Drum, NY using the design-bid-build process to meet the needs of the U.S. Army. The NAICS code for this project is 237310, Highway, Street and Bridge Construction. The small business size standard is $45.0 million. The Government must ensure there is adequate competition among contractors for work to be performed under this solicitation. The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for the construction of the WSAAF Lighting Upgrade Project. The work includes the demo and construction of a new airfield lighting vault, utilities, HVAC, airfield runway paving, airfield runway shoulder paving, runway lighting and controls, electrical circuity for lighting, concrete duct bank and site excavation and restoration. Low Impact Development Integrated Management Practices (LID-IMPs) measures will be provided. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Cyber Security Measures will be incorporated into this project. The anticipated Magnitude of Construction is between $40,000,000.00 and $80,000,000.00. SUBMMISSION REQUIREMENTS: 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. Firm�s business size - If a Small Business, identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, 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: 1. Title, location, description and dollar amount of the project. Also include a statement regarding relevancy to the qualifications being sought. 2. 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. SUBCONTRACTING OPPORTUNITIES FOR OTHER-THAN-SB ONLY: 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): Business Practices: 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. Prequalification Requirements: Identify if there are likely to be product or service prequalification requirements and how you intend to manage these in relation to subcontracting opportunities. Feasibility of Subcontracting: 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. Subcontracting Goals: Please provide estimated percentage goals for subcontracting to each of the following socioeconomic categories: Small Business (SB) Small Disadvantaged Business (SDB) Women-Owned Small Business (WOSB) HUBZone Small Business Veteran-Owned Small Business (VOSB) 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 or in writing by mail no later than 1400 (2:00 PM) EST on FEB 28, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0ac1ba300efe48a0a3357a90c4b4ae50/view)
- Place of Performance
- Address: Fort Drum, NY 13602, USA
- Zip Code: 13602
- Country: USA
- Zip Code: 13602
- Record
- SN07343170-F 20250215/250213230040 (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 |