Skip to content
Department of Defense

(3) Rollover Snowplows SSN

Solicitation: W911S226QA042_SSN
Notice ID: e0a7c0c54f804979b43686b6233b3d61
TypeSources SoughtNAICS 333120PSC3830Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateNYPostedMar 20, 2026, 12:00 AM UTCDueMar 26, 2026, 02:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Mar 26, 2026. Industry: NAICS 333120 • PSC 3830.

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: W911S226QA042_SSN. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 333120 (last 12 months), benchmarked to sector 33.

12-month awarded value
$208,319,487
Sector total $52,182,378,817 • Share 0.4%
Live
Median
$287,850
P10–P90
$126,930$448,770
Volatility
Volatile112%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
-99%(-$203,068,681)
Deal sizing
$287,850 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
Fort Drum, New York • 13602 United States
State: NY
Contracting office
Fort Drum, NY • 13602-5220 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
NY20260037 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New York • Otsego
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
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
NY20260037 (Rev 1)
Open WD
Published Jan 30, 2026New York • Otsego
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 $43.34Fringe $27.66
+39 more occupation rates in this WD
Davis-Baconstate match
NY20260047 (Rev 1)
Open WD
Published Jan 30, 2026New York • Allegany
Rate
CEMENT MASON/CONCRETE FINISHER
Base $38.63Fringe $25.05
Rate
Carpenter and Piledriver HEAVY AND HIGHWAY CONSTRUCTION Carpenter
Base $38.18Fringe $26.11
Rate
Piledriver
Base $41.66Fringe $28.46
+34 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
Davis-Baconstate match
NY20260051 (Rev 1)
Open WD
Published Jan 30, 2026New York • Tompkins
Rate
BRICKLAYER BUILDING CONSTRUCTION Bricklayers, Cement Masons, Stone Masons, Pointers, Caulkers, and Cleaners
Base $29.87Fringe $17.79
Rate
Marble Masons, Tile Layers, and Terrazzo Workers
Base $34.24Fringe $23.61
Rate
HEAVY/HIGHWAY Cement Masons
Base $38.63Fringe $25.05
+23 more occupation rates in this WD

Point of Contact

Name
Kayla Rogers
Email
kayla.m.rogers14.civ@army.mil
Phone
3157222342
Name
Mary Summerlin
Email
mary.e.summerlin3.civ@army.mil
Phone
3157725053

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 419TH CSB • W6QM MICC-FT DRUM
Contracting Office Address
Fort Drum, NY
13602-5220 USA

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.

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.