- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Hot Cargo Loading Area McGuire AFB, Burlington County, NJ, part of the Joint Base-MDL, New Jersey
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Apr 20, 2026. Industry: NAICS 236220 • PSC Y1BD.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 61 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
U.S. Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY10278-0090
The U.S. Army Corps of Engineers, New York District is issuing this Market Research, Sources Sought Notice to determine if there is an adequate number of interested and qualified social-economic, small businesses having the capability and bonding capacity for the following effort. The procurement method for this solicitation will be Invitation for Bids, sealed bidding.
This market research is for the construction of a project at McGuire AFB, Burlington County, NJ, part of the Joint Base-MDL, New Jersey. The project magnitude is between $5- $15 million.
This construction is to convert a dual non functioning Hot Cargo Loading Area (HCLA) pads into one UFC compliant HCLA pad. The project includes airfield pavement with 50’ asphalt shoulders for parking C-5 and 747 aircraft. Pavement to be 19.5” PCC with 6” cement treatment base and 8” cement modified subgrade. Shoulders to be 1.5” HMA wear course, 2.5” HMA base and 6” graded crushed aggregate. Construction of a taxiway with 25’ shoulders connecting to Taxiway “Lima”. Construction of shoulder lighting and pavement markings. Construction of exterior lighting. Construction of de-icing area to include drainage and containment of de-icer.
Responses to this Sources Sought will be used by the Government for Market Research analysis only, as an aid in its making of the appropriate acquisition decision(s); such as; use of a small business set aside; or a small business set-aside within a specific socio-economic category or full and open competition.
This project is planned for advertisement starting in late May 2026, with an award planned for by September 2026.
The contract duration will be 730 calendar days for the entire project with phasing work involved. The North American Industry Classification System (NAICS) code is for general construction; 236220 for Commercial & Institutional Facilities.
All interested businesses should notify this office in writing by e-mail and provide a response to the questions below –
- Prior Construction Performance – Submit / provide a brief description of two (2) past performed projects, completed in the last seven (7) years (defined as turned over to the customer by this response due date), for a same or similar scope. Similar scope includes construction of airfield pavement, airfield lighting and/or other airfield construction.. Indicate in the description if the project was completed on time or if delays were incurred state why.
- Provide a statement verifying the Prime Contractor is capable to performance the scope of work and will not be in violation of far clause 52.219-14
52.219-14 Limitations on Subcontracting
52.219-14 (e)
(3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or
(4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.
Provide identification and verification of the company as Small Business for NAICS Code 236220. Also include if you fall within any socio-economic categories.
Provide the Company CAGE Code and System for Award Management (SAM) Unique Entity Identifier (UEI) Number.
The interested contractor must indicate, and demonstrate their capability of obtaining performance and payment bonds for a project in the dollar amount (price or range) listed previously, above, in the description.
All interested businesses should submit their responses in writing by e-mail. The due date for responses is 14 days from this announcement. All responses should be emailed to: Mohenda.r.surage@usace.army.mil
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
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.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.