Navigate the lattice: hubs for browsing, trends for pricing signals.
BLANKET PURCHASE AGREEMENT
MINOR BUILDING CONSTRUCTION
U.S. ARMY CORPS OF ENGINEERS
PITTSBURGH DISTRICT
The U.S. Army Corps of Engineers, Pittsburgh District, has a requirement to acquire an unknown quantity of Minor Building Construction Services under a Blanket Purchase Agreement (BPA). The Pittsburgh District jurisdiction includes 22 navigation locks and dams and 16 multi-purpose flood-damage reduction reservoirs, a remote operations site and a maintenance and repair facilities in Pennsylvania, Ohio and West Virginia. This BPA may also be used by the USACE Lakes and Rivers Division. The intent of the BPA is to provide the Government with a cost-effective rapid-response method to maintain the facilities within the U.S. Army Corps of Engineers (USACE) Pittsburgh District. Services will be requested through purchases made under this BPA that shall be referred to as Calls. The work covered under this BPA may include (but is not limited to) the following major tasks (or combinations of tasks):
Selected BPA holders are expected to comply with all technical, safety and security requirements required in the BPA and individual BPA Calls. The establishment of the BPA does not imply any agreement on the part of the Government to place future Calls with any BPA holder. The Government makes no representation as to the number of Calls or actual amount of work to be ordered.
The duration of this Blanket Purchase Agreement shall be Three (3) years, or upon reaching the BPA expiration. The Contractor shall furnish all labor, specialty equipment, and materials necessary to execute the Services for each BPA Call under this agreement. No single BPA Call may exceed $35,000 in total cost of labor and materials. The Contractor-Furnished Materials and Supplies shall not exceed $15,000 for each individual BPA Call. The BPA Master Dollar Limit is $350,000.
For the purposes of this BPA, USACE is considering either leaving as one complete region or dividing the District region into northern and southern areas. A spreadsheet listing the proposed areas is attached.
USACE welcomes comments and suggestions regarding the coverage area. Potential contractors are asked to specify if they would be capable of performing in the entire Pittsburgh District region or the proposed northern or southern areas. Based upon responses and internal deliberation, USACE may seek to create separate BPAs for the northern and southern areas. A document listing the proposed northern and southern areas is attached to this sources sought.
Note: This is not a solicitation. This is a Sources Sought Notice (SSN) for planning purposes only. The information obtained from responses to this SSN may be used in the development of an acquisition strategy and future solicitation. No contract will be awarded based on the SSN nor any reimbursement made for information submitted.
The solicitation will be conducted under NAICS code 236220 - Commercial and Institutional Building Construction with an associated small business size standard of $45,000,000.00 average annual revenue.
Periods of Performance will be negotiated at the Call level.
No set-aside determination has been made at this time.
The contractor shall furnish all labor, equipment, devices, and materials and perform all work in accordance with the specifications.
The contractor shall comply with all applicable federal, regional, state, and local laws and commercial standards.
The above description of work is for general information only and is not intended to include or describe every feature of the work or to define the complete scope of the work.
RESPONSE PROCEDURE
To assist with planning, the GOV requests interested contractors submit the following by 10:00 AM ET, 28 January 2026:
(1)A positive statement of intent to submit a bid or proposal for this solicitation as a prime contractor. Include a description of how the 75 percent subcontracting requirement would be met. Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for.
(2) A capability statement. This must include:
(3) Dated letter, certification, or registration in the appropriate program repository from the appropriate competent jurisdiction that evidences SB, 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification, such as an SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.).
All the above must be submitted in sufficient detail for a decision to be made on the availability of interested SB, 8(a), HUBZone, WOSB, EDWOSB, or SDVOSB concerns. Failure to submit all the information requested may result in a contractor being considered ‘not interested’ in this requirement.
Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Aaron Barr, Contract Specialist, at aaron.m.barr@usace.army.mil , and copy Miriaha Sigmon and Melissa Harlon, Contracting Officers, at Miriaha.D.Sigmon@usace.army.mil and Melissa.R.Harlon@usace.army.mil, respectively.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.