Modular Field Office for the United States Merchant Marine Academy (USMMA) Infrastructure Program Office (IPO)

SOL #: W912DS-26-RFI-USMMAIPOSources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW YORK
NEW YORK, NY, 10278-0004, United States

Place of Performance

Kings Point, NY

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

Miscellaneous Prefabricated Structures (5450)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 12, 2026
2
Last Updated
Mar 13, 2026
3
Response Deadline
Apr 13, 2026, 8:00 PM

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. Army Corps of Engineers (USACE), New York District, is issuing a Request for Information (RFI) for market research purposes to identify sources capable of providing a Modular Field Office for the United States Merchant Marine Academy (USMMA) Infrastructure Program Office (IPO) in Kings Point, NY. This RFI seeks a turnkey solution for a fully functional, furnished office space for approximately 30 personnel. Responses are due by April 13, 2026.

Purpose & Scope

This RFI, issued under FAR Part 10, aims to understand industry capabilities for a modular field office. The requirement is for a turnkey solution, including design, delivery, assembly, utility connection, and final site cleanup/restoration. The facility must comply with all applicable codes and standards, providing a safe, accessible, and productive work environment.

Key Requirements

The modular office must accommodate approximately 30 personnel and adhere to specific draft requirements, including:

  • Layout: Conforming to the provided USMMA IPO Office Floor Plan (Attachment A).
  • Site Work: Utility connections (electrical, water, wastewater), stormwater management, ADA-compliant ramps/stairs, and asphalt walkways.
  • Structure & Exterior: Durable siding/roofing (20-year lifespan), inter-trailer connections, and secure anchoring.
  • Interior & Furnishings: High-traffic commercial carpet, four ADA-compliant bathrooms, private offices with L-shaped desks and ergonomic chairs, open workstations, large (20-person) and small (10-person) conference rooms, common area furnishings, and a breakroom with appliances.
  • Utilities & Systems: Dedicated IT closet with Ethernet for 30 personnel, NEC-compliant electrical outlets, 50-foot candle lighting, zoned HVAC (70°F ± 3°F), and operable, lockable windows with blinds.
  • Safety & Compliance: Adherence to IBC, ADA, NFPA, NEC, and EM 385-1-1, including six fire extinguishers and six first aid kits.

Information Requested

Interested parties should submit a capability statement (limited to 15 pages) addressing:

  • Corporate Information: Company name, POC, UEI, CAGE Code, business size, and socioeconomic status under NAICS code 332311 or other relevant codes.
  • Capability & Experience: Narrative detailing ability to meet requirements and experience with similar projects within the last five years.
  • Specific Questions: Technical approach, estimated lead time, commerciality of components, feedback on requirements, and a non-binding Rough Order of Magnitude (ROM) price.

Submission Details

Disclaimer

This RFI is for informational and planning purposes only and does not constitute a solicitation or commitment to award a contract. The Government is not liable for costs incurred by respondents.

People

Points of Contact

Files

Files

Download

Versions

Version 3Viewing
Sources Sought
Posted: Mar 13, 2026
Version 2
Sources Sought
Posted: Mar 13, 2026
View
Version 1
Sources Sought
Posted: Mar 12, 2026
View