Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2026 SAM #8861
SOURCES SOUGHT

99 -- Ft Hamilton Electrical Substation

Notice Date
2/27/2026 6:08:09 AM
 
Notice Type
Sources Sought
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS26S0019
 
Response Due
3/16/2026 9:00:00 AM
 
Archive Date
03/31/2026
 
Point of Contact
Nicole C. Fauntleroy, Phone: 9177906139, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
nicole.fauntleroy@usace.army.mil, nicholas.p.emanuel@usace.army.mil
(nicole.fauntleroy@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 Fort Hamilton, NY. The intent of this sources sought is to assess industry's small business concerns under the size standard, capability and interest in performing the construction project at Fort Hamilton, NY. The NAICS code for this project is 237990, Other Heavy and Civil Engineering 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 to include the design and construction of an electrical substation and demolition of the existing substation located directly adjacent to the proposed new one. New construction includes four (4) transformers, a 27 kV switchgear and associated enclosure structure, a 4160V switchgear and enclosure structure, access road, commissioning and power transfer to the new substation, retaining wall, and demolition of the existing substation further transfer. However, it is under this acquisition and the responsibility of the contractor to complete a wholistic design for the demand. The description above is a minimum that must be met; however, it is the responsibility of the contractor and their AE to execute an approved design for construction. The Government estimates that design and construction of the potential requirement can be completed within 912 calendar days 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 $25,000,00 and $100,000,000. 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. The Product Service Code for the potential requirement is anticipated to be Y1PZ, Construction of Other Non-Building Facilities. 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: 1. Firm�s name, address, point of contact, phone number, email address, CAGE Code and UEI. 2. Firm�s business size - If a Small Business, identify the Small Business type (Small Business, Historically Underutilized Business Zone (HUBZone), Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service Disabled Veteran Owned Small Business). 3. Prior Construction Performance � Submit / provide a brief description of two (2) past performed projects, completed in the last seven (7) years (defined as turned over to the customer by this response due date), for a same or similar scope. Similar scope includes stream restoration projects, culvert installations and other stormwater drainage related construction efforts. Indicate in the description if the project was completed on time or if delays were incurred state why. 4. Provide a statement verifying the Prime Contractor is capable and will perform twenty (20) percent of the physical work and indicate the type of work (trade) to be self-performed by the Prime Contractor. This doesn�t include contract supervision and administration duties. 5. The interested contractor must indicate their capability of obtaining performance and payment bonds for a project in the dollar amount (price or range) listed previously, above in the description. 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. 2. 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. 3. Subcontracting Goals: Please provide estimated percentage goals for subcontracting to each of the following socioeconomic categories: 1. Small Business (SB) 2. Small Disadvantaged Business (SDB) 3. Women-Owned Small Business (WOSB) 4. HUBZone Small Business 5. Veteran-Owned Small Business (VOSB) 6. 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. All responses to this Market Research by interested businesses shall be limited to the information required above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1b09ffdd6ac2405f957aa45e1bd382b0/view)
 
Place of Performance
Address: Brooklyn, NY, USA
Country: USA
 
Record
SN07730005-F 20260301/260227230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.