Location: | New York |
---|---|
Posted: | Jun 11, 2025 |
Due: | Jun 26, 2025 |
Agency: | DEPT OF DEFENSE |
Type of Government: | Federal |
Category: |
|
Solicitation No: | W912DS25S0050 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
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 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 United States Army Corps of Engineers (USACE) New York District (NAN) anticipates a potential requirement for Design-Bid-Build (DBB) construction services for the construction of new two-lane road that is approximately 730 feet in length, or 3,100 square yards, demolish and reconstruct approximately 2,400 linear feet, or 16,000 square yards of asphalt and concrete roadway, with lighting, passive barriers, active barriers, and controls. The project will also include site work and grading, utilities, storm water management features and other related work at the Fort Drum Ontario Avenue (aka Gas Alley) ACP.
The Government estimates that design and construction of the potential requirement can be completed within twelve (12) months from receipt of Notice to Proceed. 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 $5,000,00 and $10,000,000.
The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237310, Highway, Street, and Bridge 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.
Capability Statement Submission 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:
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):
a. Small Business (SB)
b. Small Disadvantaged Business (SDB)
c. Women-Owned Small Business (WOSB)
d. HUBZone Small Businesse.
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 June 26, 2025.
With GovernmentContracts, you can:
...Planning and Municipal Separate Storm Sewer System Mapping (MS4) Grant Description: The New ...
The New York State Contract Reporter
Bid Due: 7/31/2025
...Storm Sewer System (MS4) Areas (25%) Land Acquisition for Source Water Protection (25%) ...
The New York State Contract Reporter
Bid Due: 7/31/2025
..., and a paved utility path which runs adjacent to the wall and ...
DEPT OF DEFENSE
Bid Due: 8/22/2025
...at large culvert ends with high storm water volume discharge) *Arema 4 - ...
DEPT OF DEFENSE
Bid Due: 4/01/2030