Skip to content
Department of Defense

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

Solicitation: W912DS-26-RFI-USMMAIPO
Notice ID: acb9879551a94cd9b58049fa49d9a53a
TypeSources SoughtNAICS 332311PSC5450DepartmentDepartment of DefenseAgencyDept Of The ArmyStateNYPostedMar 13, 2026, 12:00 AM UTCDueApr 13, 2026, 08:00 PM UTCCloses in 31 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Apr 13, 2026. Industry: NAICS 332311 • PSC 5450.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912DS-26-RFI-USMMAIPO. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332311 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,857,481
Sector total $24,330,008,745 • Share 0.0%
Live
Median
$56,700
P10–P90
$56,700$56,700
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,857,481)
Deal sizing
$56,700 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NY
Live POP
Place of performance
Kings Point, New York • United States
State: NY
Contracting office
New York, NY • 10278-0004 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NY20260007 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New York • Dutchess, Orange, Sullivan +1
Rate
HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials whether they contain asbestos or not from mechanical systems
Base $41.74Fringe $27.58
Rate
Insulator/asbestos worker (includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $41.74Fringe $27.58
+109 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 109 more rate previews.
Davis-BaconBest fitstate match
NY20260007 (Rev 1)
Open WD
Published Jan 30, 2026New York • Dutchess, Orange, Sullivan +1
Rate
HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials whether they contain asbestos or not from mechanical systems
Base $41.74Fringe $27.58
Rate
Insulator/asbestos worker (includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $41.74Fringe $27.58
Rate
HANDLER Duties limited to preparation, wetting, stripping, removal scrapping, vacuuming, bagging and disposing of all insulation materials; whether they contain asbestos or not from mechancial systems
Base $46.62Fringe $49.30
+108 more occupation rates in this WD
Davis-Baconstate match
NY20260030 (Rev 1)
Open WD
Published Jan 30, 2026New York • Livingston
Rate
gs, coatings, and finishes to all types of mechanical systems. Also, the application of firestooping material openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement)
Base $40.26Fringe $25.41
Rate
NDLER Duties limited to Preparation; wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems
Base $40.26Fringe $25.41
Rate
BOILERMAKER
Base $39.35Fringe $33.18
+74 more occupation rates in this WD
Davis-Baconstate match
NY20260036 (Rev 1)
Open WD
Published Jan 30, 2026New York • Cayuga
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
Rate
BOILERMAKER
Base $35.23Fringe $26.61
+29 more occupation rates in this WD
Davis-Baconstate match
NY20260024 (Rev 1)
Open WD
Published Jan 30, 2026New York • Tompkins
Rate
BRICKLAYER BUILDING CONSTRUCTION Bricklayers, Cement Masons, Stone Masons, Pointers, Caulkers and Cleaners
Base $33.68Fringe $29.89
Rate
Marble Masons, Tile Layers and Terrazzo Workers
Base $33.68Fringe $29.89
Rate
CEMENT MASON/CONCRETE FINISHER HEAVY/HIGHWAY CONSTRUCTION Cement Masons
Base $38.63Fringe $25.05
+25 more occupation rates in this WD

Point of Contact

Name
Mohenda R. Surage
Email
mohenda.r.surage@usace.army.mil
Phone
9177908088
Name
Ryan Ferguson
Email
ryan.m.ferguson@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTH ATLANTIC • ENDIST NEW YORK • W2SD ENDIST NEW YORK
Contracting Office Address
New York, NY
10278-0004 USA

More in NAICS 332311

Description

REQUEST FOR INFORMATION (RFI)

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

Issuing Agency:
U.S. Army Corps of Engineers (USACE), New York District
Jacob K. Javits Federal Building
26 Federal Plaza
New York, NY 10278

PART 1 – GENERAL INFORMATION

1.1 Introduction and Purpose
In accordance with the Federal Acquisition Regulation (FAR) Part 10, Market Research, the U.S. Army Corps of Engineers (USACE), New York District, is issuing this Request for Information (RFI) for Market research purposes only. The purpose of this RFI is to identify sources capable of providing, delivering, and installing a fully functional, furnished modular office space to serve as a field office for the United States Merchant Marine Academy (USMMA) Infrastructure Program Office (IPO). This notice is a means of conducting market research to understand the capabilities available in the marketplace to meet this requirement.

1.2 Disclaimer
This RFI is issued for informational and planning purposes only and does not constitute a solicitation, Request for Proposal (RFP), or Invitation for Bids (IFB). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government is not liable for any costs incurred by respondents in the preparation or submission of their RFI responses. All information received in response to this RFI that is marked "Proprietary" will be handled as such.

PART 2 – BACKGROUND

The USACE New York District, on behalf of the Department of War (DOW), requires a temporary modular field office facility for the exclusive use of Government personnel supporting the USMMA IPO. The location for the installation will be at the USMMA in Kings Point, NY, at a site designated by the Contracting Officer (CO) or the Contracting Officer's Representative (COR). The facility must be fully compliant with all applicable codes and standards, providing a safe, accessible, and productive work environment for approximately 30 personnel.

PART 3 – DRAFT REQUIREMENTS

The Government is seeking a turnkey solution for a modular office space. The Contractor shall be responsible for the design, delivery, assembly, utility connection, and final cleanup/restoration associated with the field office. The draft requirements are as follows:

3.1 General & Site Work

  • 3.1.1 Layout: Office space shall conform as closely as practical to the layout and dimensions shown in Attachment A: USMMA IPO Office Floor Plan.
  • 3.1.2 Site Restoration: Upon completion of the contract, the Contractor shall remove the field office and all temporary products (signs, barricades, haul roads, etc.). All areas disturbed during performance shall be restored to their original or better condition, including topsoil and seeding as necessary.
  • 3.1.3 Utility Connections: Trailers shall be connected to existing site utilities, including but not limited to electrical, water, and wastewater systems, in coordination with the Government.
  • 3.1.4 Stormwater Management: The site shall be graded to ensure proper management of stormwater runoff, preventing pooling or erosion.
  • 3.1.5 Walkways & Access: The Contractor shall provide Americans with Disabilities Act (ADA) compliant ramps and stairs at all exit locations. An elevated deck shall connect the trailer sections. Asphalt or similar walkways shall be provided from parking areas to all entrances, sloped to prevent water accumulation.

3.2 Structure & Exterior

  • 3.2.1 Building Envelope: The exterior shall feature durable siding and roofing materials with a minimum useful lifespan of 20 years, suitable for local weather conditions (snow load, wind, rain). Colors for siding, roof, and skirting shall be selected by USACE from the Contractor’s available options.
  • 3.2.2 Inter-Trailer Connections: Where trailer sections meet, they shall be connected by lockable, fireproof doors. Connections may be direct or via a constructed corridor.
  • 3.2.3 Anchoring: If a trailer-type mobile office is provided, it shall be securely anchored to the ground in accordance with EM 385-1-1, Safety and Health Requirements Manual.

3.3 Interior & Furnishings

  • 3.3.1 General Interior: Interior spaces shall be finished with high-traffic commercial carpet. Enclosed offices require lockable interior doors.
  • 3.3.2 Bathrooms: A minimum of four (4) enclosed, ADA-compliant bathrooms shall be provided, each with a flush-type toilet and hot/cold running water.
  • 3.3.3 Private Offices: Each enclosed office shall be furnished with one (1) L-shaped desk, one (1) high-back ergonomic office chair, two (2) guest chairs, one (1) bookshelf, one (1) small storage cabinet, a coat hanger, a whiteboard, a corkboard, and at least one operable window with blinds.
  • 3.3.4 Open Workstations/Cubicles: Open floor workspaces and cubicles shall be furnished with a work desk, a high-back ergonomic chair, a guest chair, and a small rolling cabinet. Cubicle partitions shall be a minimum of 5 feet tall and provide space for a laptop, monitor, and accessories, as well as file and personal storage.
  • 3.3.5 Conference Rooms:
    • Large Conference Room: Seating for a minimum of 20 people with a large conference table, a drafting table with a plan storage rack, and a small storage supply cabinet.
    • Small Conference Room: Seating for a minimum of 10 people with an appropriately sized conference table.
  • 3.3.6 Common Area Furnishings: Each major trailer section shall have, at a minimum: two (2) coat racks, two (2) bookshelves, two (2) large storage cabinets, two (2) small storage cabinets, two (2) large whiteboards, and one (1) small corkboard.
  • 3.3.7 Breakroom: At least one breakroom shall be provided with a sink (hot/cold water), cabinets, counter space, a full-size refrigerator, a microwave, a toaster oven, and a coffee machine.

3.4 Utilities & Systems

  • 3.4.1 IT & Communications: A dedicated, lockable Information Technology (IT) closet is required. Ethernet cabling shall be run to all workstation locations to support at least 30 personnel.
  • 3.4.2 Electrical & Lighting: The facility must have a sufficient supply of electrical outlets meeting National Electrical Code (NEC) standards. Lighting shall provide a minimum of 50-foot candles at desk height, with individual controls for offices and desk lamps for task lighting at workstations.
  • 3.4.3 HVAC: The Heating, Ventilation, and Air Conditioning (HVAC) system must be capable of maintaining an ambient temperature of 70°F (± 3°F) and shall be zoned to allow separate control for each distinct building section.
  • 3.4.4 Windows: All windows shall be operational, lockable, and supplied with blinds.

3.5 Safety & Compliance

  • 3.5.1 General Compliance: The office space shall comply with all relevant codes and guidelines, including but not limited to the International Building Code (IBC), ADA, National Fire Protection Association (NFPA) standards, NEC, and EM 385-1-1.
  • 3.5.2 Fire Safety:
    • Provide six (6) dry chemical fire extinguishers meeting Underwriters Laboratories (UL) approval for Class A, B, and C fires (minimum rating 10A:20B:10C).
    • Provide Combination Smoke/Carbon Monoxide alarms with battery backup as required by NFPA.
  • 3.5.3 First Aid: Provide six (6) first aid kits compliant with EM 385-1-1 and ANSI Z308.1. Two kits shall be wall-mounted, and four shall be portable.

PART 4 – INFORMATION REQUESTED FROM RESPONDENTS

Interested parties are requested to submit a capability statement that addresses the following areas. Please limit your total response to 15 pages.

4.1 Corporate Information

  • Company Name, Address, and Website.
  • Point of Contact (Name, Title, Phone, Email).
  • Unique Entity Identifier (UEI) and CAGE Code.
  • Business Size and Socioeconomic Status under NAICS code 531120 (Lessors of Nonresidential Buildings) or other relevant codes. Please specify all applicable categories (e.g., Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, Woman-Owned Small Business).

4.2 Capability and Experience

  • Provide a brief narrative detailing your company's capability to fulfill the requirements outlined in Part 3.
  • Describe your experience with projects of similar scope and complexity performed within the last five (5) years. For each project, please include the client, period of performance, approximate contract value, and a summary of the work performed.

4.3 Specific Questions

  • 4.3.1 Technical Approach: Briefly describe your company's typical approach to site preparation, modular unit installation, utility hookup, and final site restoration.
  • 4.3.2 Lead Time: What is the estimated lead time from contract award to a fully operational, move-in-ready office?
  • 4.3.3 Commerciality: Are the modular units, furnishings, and systems required considered Commercial-Off-The-Shelf (COTS) items? Please identify any components that would require custom fabrication.
  • 4.3.4 Feedback on Requirements: Please provide any comments or suggestions regarding the draft requirements. Are there any requirements that are unclear, overly restrictive, or could be improved to foster competition and innovation?
  • 4.3.5 Rough Order of Magnitude (ROM): Provide a non-binding ROM price for the total solution (delivery, installation, warranty and maintenance). The ROM is for planning purposes only.
  • 4.3.6 Follow-up Meetings: Should the government require it, follow-on meetings may be established to request further targeted information and provide additional clarification.  These will be established on an as needed basis.

PART 5 – SUBMISSION INSTRUCTIONS

5.1 Due Date: All responses must be submitted no later than the date and time specified on the first page of this RFI.
5.2 Format: Submissions should be in Adobe PDF format. The file name should be: [Company Name]_Response_RFI_W912DS-26-RFI-USMMAIPO.pdf.
5.3 Submission: Responses shall be submitted via email only to the following points of contact:

  • Contract Specialist: Mohenda Surage at mohenda.r.surage@usace.army.mil
  • Program Manager: Ryan Ferguson at ryan.m.ferguson@usace.army.mil

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.