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 Department of the Army, W072 ENDIST LOUISVILLE, is conducting a Sources Sought market survey to identify qualified small businesses for the Military Repair Army Reserves Restoration of AMSA at Joint Base McGuire Dix Lakehurst (JBMDL), NJ. This project involves the design-build restoration of a 21,644 SF Area Maintenance Support Activity (AMSA) facility. Responses are due by April 16, 2026, at 3:00 PM Eastern Time.
Scope of Work
This project is a Design-Build effort for the restoration of an existing 21,644 SF Area Maintenance Support Activity (AMSA) facility. The scope includes repairing and upgrading bay space, storage, locker rooms, breakroom/classroom areas, latrines, and administrative support areas. Specific work involves, but is not limited to, the removal and replacement of the roof, windows, doors, plumbing, electrical, mechanical, and telecom systems. Utility relocation and new connections (electric, data, sewer, water, telephone) are also part of the project. Additionally, rehabilitation of Military Equipment Parking (MEP) through milling and overlay or full-depth replacement is required.
Contract & Timeline
- Type: Sources Sought / Market Survey (not a Request for Proposal)
- Location: Joint Base McGuire Dix Lakehurst (JBMDL), New Jersey
- Estimated Duration: 1095 calendar days
- Estimated Cost Range: $10,000,000 to $25,000,000
- NAICS Code: 236220
- Potential Set-Aside: The survey aims to determine if a small business set-aside (including HUBZone, 8A, Woman-Owned, Service-Disabled Veteran Owned Small Business) is appropriate.
- Response Due: April 16, 2026, 3:00 PM ET
- Published: April 2, 2026
Submission Requirements
Interested small businesses must respond via the official market survey form available at https://forms.osi.apps.mil/r/0UBkUDAmjR or via the QR Code provided in the SAM.gov attachment. Responses should include:
- Identification and verification of the company’s small business status.
- Contractor’s Unique Entity Identifier (UEI) and CAGE Code(s).
- Documentation from bonding company showing current single and aggregate performance and payment bond limits.
- Descriptions of up to three (3) similar past projects (15,000 SF or greater, industrial/maintenance/automotive repair renovations with specific construction elements) completed within the last five years or greater than 90% complete. Projects must demonstrate at least 15% self-performance and include reference contact information.
- Indicate the percentage of work that will be self-performed on this project, adhering to FAR 52.219-14 (15% for general construction).
Additional Notes
This is a market survey for planning purposes only and does not constitute a commitment by the Government. Responses will inform future acquisition decisions. Questions must be emailed to Laura.Phillips-Payne@usace.army.mil by April 9, 2026. All contractors must be registered in SAM.gov prior to contract award; early registration is highly encouraged due to potential delays with the notarized letter requirement.