Market Survey - Vehicle Wash Platform - Devens Reserves Forces Training Area, MA
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 / W072 ENDIST LOUISVILLE is conducting a market survey to identify qualified small businesses for a future Design/Bid/Build project. This project involves the construction of a Vehicle Wash Platform at Devens Reserves Forces Training Area, MA. The survey aims to determine if a potential set-aside for Small Businesses (including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned) is appropriate. Responses are due by April 21, 2026, at 3:00 PM EST.
Scope of Work
The project entails constructing a three-station vehicle wash platform, approximately 3000 SF for wash lanes, at the South Post Range Complex. Key features include drying and pivot pads, wash water recirculation, high and low-pressure cleaning, water cannons, wash water containment and drains, paved surfaces, a sedimentation basin, sludge removal, gravity oil and grease separator, and a water and grit separator. Supporting facilities will include utility connections, electric service, water supply and drainage, site lighting, site work, and storm drainage. Facilities will be designed for a minimum 40-year life in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02). The remote location will result in higher supporting facility costs due to longer utility runs.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Survey)
- Future Project Type: Design/Bid/Build
- Future Project Duration: Estimated 600 calendar days
- Future Project Cost Range: $5,000,000 to $10,000,000
- NAICS Code: 236220
- Potential Set-Aside: Small Business (HUBZone, 8A, Woman-Owned, Service-Disabled Veteran Owned)
- Response Due: April 21, 2026, 3:00 PM Eastern Standard Time
- Published Date: April 6, 2026
Submission Requirements
Interested firms must respond via the authorized online survey form (available at https://forms.osi.apps.mil/r/zwJ1Uyr8p1 or via the provided QR code). Responses should 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 Small Businesses) completed within the last five years or >90% complete, similar in scope (vehicle wash facilities, industrial wash racks, water treatment systems) and size (new construction >=1,800 SF). Projects must demonstrate 20% self-performance.
- For each project: completion status/date, size, scope, dollar value, self-performed percentage, design-build/design-bid/build, and number of subcontractors.
- Proposed self-performance percentage for this project, adhering to FAR 52.219-14 (15% for general construction).
Additional Notes
This is NOT a Request for Proposal and does not constitute a commitment by the Government. Responses will inform future acquisition decisions. SAM.gov registration is required for contract award but not for this market survey response.