Repair Ground Fuels Station (GFS)
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 New Hampshire National Guard is conducting a Sources Sought to identify qualified Total Small Business concerns for the demolition and replacement of the Ground Fuels Station (GFS) at Pease Air National Guard Base, Newington, NH. This market research aims to determine potential sources for an upcoming project with an estimated magnitude between $1,000,000 and $5,000,000. Responses are due by March 11, 2026.
Scope of Work
The project requires the demolition and replacement of existing ground fuels storage tanks. Additionally, it involves the demolition of existing pavement and the installation of new ground fuels storage and dispensing equipment. The primary NAICS code for this effort is 237120 - Oil and Gas Pipeline and Related Structures Construction, with a small business size standard of $45.0M.
Contract & Timeline
- Type: Sources Sought (for planning purposes only, not a solicitation)
- Magnitude: $1,000,000 - $5,000,000
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 237120 ($45.0M size standard)
- Published: February 10, 2026
- Response Due: March 11, 2026
Submission Requirements
Interested firms must provide a written notice of positive intent to submit a proposal as a prime contractor. Submissions are restricted to ten (10) single-sided pages maximum and must include:
- A positive statement of intent to bid as a prime contractor.
- A completed and signed Sources Sought Response Form SZCQ20152450, which requires:
- Company Name, SAM registered Address, CAGE Code, DUNS Number, and Socio-economic status (e.g., Small, 8(a), HUBZone, WOSB, SDVOSB).
- Confirmation of SAM.gov registration with stated socio-economic status and NAICS code.
- Confirmation of bonding capability of at least $5M for individual construction projects.
- Certification acknowledging understanding that incomplete responses may remove the firm from consideration.
- A listing of projects completed during the past three (3) years (Government and/or private industry), including project type, dollar value, contract number, location, point of contact, and prime/subcontractor role.
- A brief outline of resources, subcontractors, and key personnel to be used.
- A letter from your surety with your maximum bonding capacity per project.
Submissions must be emailed to casey.a.pridham.mil@army.mil and sean.m.connolly1.mil@army.mil with the subject line: “W50S8A-26-B-A001, Sources Sought”.
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation. The government will not be responsible for any costs incurred by respondents. If adequate small business contractors are not available for competition, the project may be advertised as unrestricted. Firms must comply with FAR Clause 52.219-14(e)(3) regarding limitations on subcontracting.