Military Repair Army Reserves Restoration of AMSA at JBMDL, NJ
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 US Army Corps of Engineers (USACE), Louisville District, is conducting a Sources Sought market survey to identify qualified firms for a Design-Build Military Repair Army Reserves restoration of a 21,644 SF Area Maintenance Support Activity (AMSA) at Joint Base McGuire Dix Lakehurst (JBMDL), New Jersey. Responses are due by April 16, 2026, at 3:00 PM ET.
Purpose of Market Survey
This market research aims to identify potential parties with the interest and capability to perform construction specialty trade services. The government will use responses to determine if a small business set-aside (full or partial) or full and open competition is appropriate for this requirement. All Small Business Set-Aside categories will be considered.
Project Scope
The project involves the restoration of an existing 21,644 SF AMSA facility. The scope includes repairing and upgrading bay space, storage space, locker rooms, breakroom/classroom space, latrines, and administrative support areas. Work encompasses the removal and replacement of the roof, windows, doors, plumbing, electrical, mechanical, and telecom systems. Additionally, utility relocation and new connections (electric, data, sewer, water, telephone) are required, along with the rehabilitation of Military Equipment Parking (MEP).
Contract Details
- Type: Design-Build (future project)
- Estimated Duration: 1095 calendar days
- Estimated Cost Range: $10,000,000 to $25,000,000
- NAICS Code: 236220
- Set-Aside: To be determined based on market research; potential for small business set-aside.
Submission Requirements
Interested small businesses must complete a Market Survey Response Form.
- Required Information: Company identification, verification of small business status, Unique Entity Identifier (UEI), CAGE Code(s), bonding company documentation (single and aggregate limits), and past experience (maximum 3 projects, similar in size and scope, completed within the last 5 years or >90% complete). Past experience details should include project size, scope, dollar value, self-performance percentage, design-build/bid-build, subcontractors used, and references. Prime contractors must demonstrate at least 15% self-performance.
- Subcontracting Interest: Firms interested in subcontracting should identify features of work and their socio-economic category.
Key Dates & Contact
- Questions Due: April 9, 2026
- Responses Due: Thursday, April 16, 2026, by 3:00 PM Eastern Time
- Submission Method: Via survey form at
https://forms.osi.apps.mil/r/0UBkUDAmjRor QR code (see attachments). - Contact for Questions: Laura Phillips-Payne at
laura.phillips-payne@usace.army.mil
Important Notes
This is a request for information (RFI) and a market survey only; it is not a request for competitive proposals, quotations, or bids. It does not constitute a solicitation and does not guarantee a contract award. Responses will inform acquisition decisions. All interested sources must respond separately to any future solicitations. Contractors must be registered in SAM.gov prior to award.