Construction of the Gas Alley ACP Modernization at Fort Drum, NY

Location: New York
Posted: Jun 11, 2025
Due: Jun 26, 2025
Agency: DEPT OF DEFENSE
Type of Government: Federal
Category:
  • Q - Medical Services
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Solicitation No: W912DS25S0050
Publication URL: To access bid details, please log in.
Follow
Construction of the Gas Alley ACP Modernization at Fort Drum, NY
Active
Contract Opportunity
Notice ID
W912DS25S0050
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
US ARMY CORPS OF ENGINEERS
Sub Command
ENGINEER DIVISION NORTH ATLANTIC
Office
W2SD ENDIST NEW YORK
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jun 11, 2025 09:49 am EDT
  • Original Response Date: Jun 26, 2025 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 11, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Fort Drum , NY 13602
    USA
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 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:




  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):




  1. 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.

  2. 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.

  3. 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.

  4. Subcontracting Goals: 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 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.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300
  • NEW YORK , NY 10278-0004
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 11, 2025 09:49 am EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...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

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.