Market Survey - Vehicle Storage Yard - Equipment Concentration Site - Fort Hunter Liggett, CA
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 Department of the Army / USACE Louisville District is conducting a Market Survey (Sources Sought) to identify qualified small businesses for a future Design/Bid/Build project. This project involves constructing a Vehicle Storage Yard / Military Equipment Parking (MEP) at Fort Hunter Liggett, CA. The government is specifically seeking responses from Small Business, HUBZone, 8A, Woman-Owned Small Business, and Service-Disabled Veteran Owned Small Business concerns. Responses are due by April 21, 2026, at 3:00 PM EST.
Scope of Work
The project entails constructing an approximately 7.5-acre military vehicle parking lot for the Army Reserve Equipment Concentration Site. Supporting facilities include general site improvements, utility connections, lighting, fencing, fire hydrants, curbs and gutters, and storm drainage. Relevant experience includes horizontal/site development of paved vehicle storage, staging, or parking areas, particularly those at least 55,000 SY in size.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Survey (for a future Design/Bid/Build project)
- Estimated Project Duration: 600 calendar days
- Estimated Project Cost: $5,000,000 - $10,000,000
- NAICS Code: 237310
- Set-Aside: Targeting Small Business, HUBZone, 8A, Woman-Owned Small Business, Service-Disabled Veteran Owned Small Business
- Response Due: April 21, 2026, 3:00 PM EST
- Published Date: April 6, 2026
Submission Requirements
Interested firms must respond via the provided online survey form (accessible via link or QR code: https://forms.osi.apps.mil/r/Exa68jXpMa). No other transmission methods will be accepted. Submissions must include:
- Verification of small business status.
- Unique Entity Identifier (UEI).
- Documentation of current single and aggregate performance/payment bond limits.
- Descriptions of up to three relevant projects (prime contractor, or affiliate for SBs) completed within the last five years or >90% complete, similar in scope/complexity, demonstrating 15% self-performance.
- Details on project size, scope, dollar value, self-performed percentage, and design method.
- Planned percentage of self-performed work for this project (minimum 15% for SBs per FAR 52.219-14).
Additional Notes
This is not a Request for Proposal and does not constitute a government commitment. Responses will inform future acquisition decisions. All contractors must be registered in SAM.gov prior to contract award; early registration is highly encouraged. Contact: Adam Brooks (Adam.M.Brooks@usace.army.mil).