- 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
(3) Rollover Snowplows SSN
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Mar 26, 2026. Industry: NAICS 333120 • PSC 3830.
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 333120 (last 12 months), benchmarked to sector 33.
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 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 333120
Description
SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure all plant, labor, materials, and equipment necessary to provide up to three (3) Rollover Snowplows delivered to Fort Drum, NY on a small business set-aside basis, provided 2 or more qualified small business manufacturers respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small business manufacturers do not respond with information to support the set-aside. We encourage all small business manufacturers, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 333120 Construction Machinery Manufacturing with a Size Standard of 1,250 employees.
A need is anticipated for 3 Rollover Snowplows attached is the draft Salient Characteristics.
In response to this sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Please note that FAR 52.219-14 Class Deviation 2021-O0008, Revision 1 will apply if set-aside for small business. https://www.acq.osd.mil/dpap/policy/policyvault/USA000277-23-DPC.pdf
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
Interested business concerns should provide a brief “capabilities statement” package (submissions are limited to no more than 2 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement. The statement must address whether or not the small business manufactures the required rollover snowplows. A generic capability statement is not acceptable. No particular format is mandated. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. The capability package shall be sent by email to:
Contract Specialist:
Kayla Rogers
Email: kayla.m.rogers14.civ@army.mil
Procuring Contracting Officer:
Mary Summerlin
Email: mary.e.summerlin3.civ@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.