(3) Rollover Snowplows SSN
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Government, specifically the Department of the Army, is conducting a Sources Sought Notice to identify qualified small business manufacturers capable of providing up to three (3) Rollover Snowplows for Fort Drum, NY. This notice aims to determine if a Total Small Business Set-Aside is feasible, requiring at least two qualified small business manufacturers to respond. Responses are due by March 26, 2026.
Scope of Work
The requirement is for up to three rollover snowplows, with detailed specifications outlined in the 'Attachment 1_Salient Characterisrics.pdf'. Key characteristics include:
- Chassis: Freightliner 108SD or equivalent, mechanical drive AWD.
- Engine: Cummins L9 diesel or equivalent, 370 HP, 1250 ft-lbs torque.
- Transmission: Allison automatic with PTO provisions.
- Axles: 20k lb mechanical drive front, 26k lb rear, single rear with dual tires.
- Plow & Scraper: Front-mounted rollover plow (12 ft minimum blade), 12 ft minimum underbody scraper with power reverse angle.
- Ancillary Equipment: Constant running front-mounted gear pump, in-cab air controls, various lighting packages (beacon, HID work, amber snow fighter, full warning, heated LED work lights).
- Body: Stainless steel box with dump capabilities.
- Warranty: Minimum 1-year on unit, 2-year on engine.
- Delivery: Fort Drum, NY.
Contract & Timeline
- Opportunity Type: Sources Sought Notice (for market research and planning purposes only).
- Set-Aside: Total Small Business (contingent on sufficient small business manufacturer responses).
- NAICS Code: 333120 Construction Machinery Manufacturing (Size Standard: 1,250 employees).
- Response Due: March 26, 2026, 2:00 PM EST.
- Published Date: March 20, 2026.
- Place of Performance: Fort Drum, NY.
Submission Requirements
Interested firms should submit a brief capabilities statement (max 2 pages, 12-font minimum, Microsoft Word or Adobe Acrobat) addressing:
- Firm name, POC, phone, email, DUNS, CAGE, small business status (including specific types/certifications), and corresponding NAICS.
- Interest in competing as a prime contractor; identify any subcontracting, joint ventures, or teaming arrangements.
- Detailed previous experience on similar requirements (size, scope, complexity, timeframe, government/commercial).
- Information on commercial availability, pricing, delivery schedules, terms, and warranties.
- Recommendations to structure contract requirements for small business competition.
- Identification of any conditions unnecessarily restricting competition (contact Scott Kukes at scott.d.kukes.civ@army.mil).
- Recommendations to improve the approach/specifications/draft PWS/PRS.
Additional Notes
This is not a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP). The Government is not seeking quotes or proposals at this time and will not pay for information submitted. Not responding does not preclude participation in future solicitations. Monitor the Governmentwide Point of Entry for any future RFQ/IFB/RFP.
Submit capabilities statements to: Kayla Rogers (kayla.m.rogers14.civ@army.mil).