SOURCES SOUGHT
99 -- TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION
- Notice Date
- 12/23/2025 1:32:18 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
- ZIP Code
- 19103-0000
- Solicitation Number
- W912BU26RAXXX
- Response Due
- 1/7/2026 2:00:00 PM
- Archive Date
- 01/22/2026
- Point of Contact
- Tiffany Chisholm, Phone: 2156566761, Cherita Williams, Phone: 2156566775
- E-Mail Address
-
tiffany.z.chisholm@usace.army.mil, cherita.l.williams@usace.army.mil
(tiffany.z.chisholm@usace.army.mil, cherita.l.williams@usace.army.mil)
- Description
- SOURCES SOUGHT NOTICE This is a SOURCES SOUGHT NOTICE for the purpose of obtaining market research only. NO PROPOSALS ARE BEING REQUESTED NOR ACCEPTED UNDER THIS SYNOPSIS. This is not a solicitation, offer, or active procurement, and no contract will be awarded from the notice. The U.S. Army Corps of Engineers, Philadelphia District, will use information obtained under this synopsis to develop an acquisition strategy to meet the requirements for the project described below. Solicitation #: W912BU26RAXXX Procurement Type: Sources Sought Notice Project Title: TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION Classification Code: 23 NAICS Code: 237990 - ""Other Heavy and Civil Engineering Construction"" Construction Magnitude: DFARS 236.204(ii) Between 25,000,000 and $100,000,000 Primary Point of Contact: Tiffany Chisholm, Contract Specialist Tiffany.Z.Chisholm@usace.army.mil | Phone: (215) 656-6761 Description: This posting is intended to determine the availability and capability of potential Small Business, Women Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), HUBZone, Service-Disabled Veteran Owned Small Business (SDVOSB),8(a) and Other socioeconomic categories per FAR Part 19, Small Business Programs for the project below. The Government anticipates a competitive method of procurement. The Philadelphia District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified business firms capable of performing work described below. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only prospective contractors capable of performing this type of work should respond to this Sources Sought Notice.? Description of Proposed Work: The project entails expansion of existing EMF Range facilities on Powder Smoke Ridge at Tobyhanna Army Depot. The major items of work to be performed are the following: � Construct embankment from imported, compacted fill, supported in part by a Mechanically Stabilized Earth (MSE) wall, to provide the grades necessary for the new radome pad and other site features. The estimated imported fill quantity is approximately 400,000 cubic yards. Construct the radome foundation and support walls on an elevated concrete pad. The top elevation of the pad shall be 2135 feet above sea level. The concrete pad is a three-lobed irregular shape approximately 68,000 SF in area. � Erect the Radome radar enclosure, approximately 110 feet in diameter, using government supplied materials. Construct two circular concrete expansion pads for the radome pads existing on-site. Construct two operational concrete test pads adjacent to the existing radome access road. Pad sizes are approximately 68,000 SF and 13,000 SF in area. � Construct a 20 foot x 30 foot range (approximate size) control building adjacent to the new radome area. The building will contain workstations, storage for hard drives and removable media related to the radar units which will be stored while not in use, and a restroom. The building will be designed to allow for the storage of classified material. Construct an approximate 4,480 SF addition to Building 54. � Construct a paved access road to connect the new radome pad with the existing radome access road. Construct a gravel improved, temporary access road along the fire break adjacent to Powder Smoke Ridge to facilitate truck access to the site for the delivery of fill materials needed to raise the radome to the required elevation, and other equipment and material access. Demolition of a metal test stand behind Building 54. � Weather Station: Construct a weather station on Powder Smoke Ridge to provide weather calibration data to radar units on the ridge. � Utility Work (includes but is not limited to): Connect the radome and range control building to the existing electrical and communications infrastructure on Powder Smoke Ridge. Construct a potable water line from Building 54 to provide water to the range control building. Construct sanitary holding tanks at the range control building and the Building 54 addition. Incidental work includes, but is not limited to, clearing/tree cutting, new and connections to existing utilities, site and building lighting misc. paving, pavement striping, sidewalks, building gutters, storm drainage facilities, soil and sediment erosion control features, topsoil and seeding, guide rail, fence replacement and miscellaneous site demolition. Project Location: Tobyhanna, PA 18466 Estimated Duration of Work: 5 calendar years Bonding Capacity: $50M to $100M Sources Sought/Market Survey Responses Requested: Interested Offerors can respond to this Sources Sought Synopsis to include the following information: 1. Offeror�s company name, address, home office immediate area, UEI, and Commercial and Government Entity (CAGE) Codes, and points of contact name, telephone numbers and e-mail addresses. 2. Business size/classification shall be indicated on the first page of the submission. 3. Interested parties must submit a Capability Statement, including evidence of relevant past performance and similar completed projects, to demonstrate their ability to execute the described work. The statement should address the following items to show the contractor�s capability: The contractor�s ability to manage, as prime contractor, the types and magnitude of tasking described in the project description above The contractor�s technical ability to perform at least 50% of the cost of the contract incurred for personnel with its own employees. The contractor�s capacity to conduct the requirements of the SOW. At minimum, 2 completed projects (costing a minimum of 50 million dollars) completed in the last 5 years to demonstrate capacity and technical ability. Contractor shall provide overview of these past projects completed and how much they self-performed. Submission Instructions: Sources Sought submission, EXCLUDING PLA information (see below required PLA information) shall be no more than 10 pages in length. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 5:00PM EST, 07 January 2026. All responses under this Sources Sought Notice must be emailed to Tiffany Chisholm (tiffany.z.chisholm@usace.army.mil) referencing the sources sought number W912BU26RAXXX. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Tiffany Chisholm (tiffany.z.chisholm@usace.army.mil) and/or Cherita Williams (cherita.l.williams@usace.army.mil). ? COLLECTION OF INFORMATION FOR THE DETERMINATION OF THE USE OF PROJECT LABOR AGREEMENT (PLAs) Executive Order 14063, Use of Project Labor Agreements for Federal Construction Projects, issued 04 February 2022, requires the use of PLAs in connection with large-scale construction projects (defined as projects where the total estimated cost to the Federal Government of the construction contract is $35 million or more) to promote economy and efficiency in Federal procurement. Attached below are a few questions for interested parties to provide a response in order for the Government to make a determination for the use or non-use of PLAs. 1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. 2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. 3. Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 4. Identify specific reasons why or how you believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 5. Identify specific reasons why you do not believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 6. Identify any additional information you believe the Government should take into consideration regarding the use of a PLA on the referenced project. 7. Does your company intend to bid/propose on this project if a PLA requirement is included in the solicitation? Does your company intend to bid/propose on this project if a PLA requirement is not included in the solicitation? 8. What are the likely cost impacts, if any, to your bid/proposal price if a PLA requirement is included in the solicitation? Please provide as much detail as possible regarding any anticipated cost impacts (positive or negative) of the inclusion of a PLA requirement, including any information you can provide about the magnitude of the anticipated impact. (i) The information gathered in this exercise should include the following information on projects completed in the last 2-5 years (or other timeframe, as appropriate): 1) Project Name and Location 2) Detailed Project Description 3) Initial Cost Estimate vs. Actual Final Cost 4) Was the project completed on time? 5) Number of craft trades present on the project 6) Was a PLA used? 7) Were there any challenges experienced during the project? _upCurrent Project Details: For the project under consideration, the Federal acquisition team can fill in the following table to detail the factors needed to consider when deciding whether an exception to PLA requirements may be requested: Project Description Estimated cost, duration, deadline, and complexity Which trade or trades are expected to be employed on the projects? Does the project involve specialized construction work that is available from only a limited number of contractors or subcontractors? What market share does union labor have in the geographic area for this project or type of construction? Does the local market contain the sufficient number of available skilled workers for this project? Are the other projects in the vicinity going to limit the pool of skill labor available for your project? Has a project like this been done before in the local market? Will the completion of the project require an extended period of time or have sensitive deadlines? Is the need for the project is of such an unusual and compelling urgency that a project labor agreement would be impracticable? (See, e.g., FAR 6.302-2.) Have PLAs been used on comparable projects undertaken by the public or private sector in this geographic region? Have PLAs been used on this type of project in other regions? Are there collective bargaining agreements (CBAs) that are likely to expire during the course of the project under consideration that might cause delays? How do open shop and union wage rates influence prevailing wage rates in the local market and compare to Davis Bacon rates? What impact does unionization in the local market have on wages? Could a PLA contribute to cost savings in any of the following ways: Harmonization of shifts and holidays between the trades to cut labor costs? Minimizing disruptions that may arise due expiration of CBA? Availability of trained, registered apprentices, efficient for highly skilled workforce? Allowing for changes in apprentice to journeyman ratio. Serving as a management tool that ensures highly skilled workers from multiple trades are coordinated in the most efficient way. Could a PLA minimize risk and contribute to greater efficiency in any of the following ways: � Mechanisms to avoid delays � Complying with labor standards, safety rules and EEO and OFCCP laws. � Ensuring a steady supply of skilled labor in markets with low supply or high competition for workers. Are there ways in which a PLA might increase costs on this particular project?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9b1db8517fa34e2c9038d63b9e66c7b9/view)
- Place of Performance
- Address: Tobyhanna, PA 18466, USA
- Zip Code: 18466
- Country: USA
- Zip Code: 18466
- Record
- SN07673961-F 20251225/251223230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |