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 #: W912BU26RA0R5
Procurement Type: Sources Sought Notice
Project Title: Facility Investment Services for 99th Readiness Division (RD), Region 5
Classification Code: 56
NAICS Code: 561210 Facilities Support Services
PSC Code: R499 Support- Professional: Other
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), etc., 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 Facility Investment Services (FIS) Preventive Maintenance (PM) and Corrective Maintenance (CM) work for the 99th Readiness Division Region 5.
Description of Proposed Contract:
Facility Investment- The intent of Facility Investment is to specify the requirements for the Sustainment, Restoration and Modernization (SRM) sub‐functions. The SRM requirements within this sub‐annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consist of major rehabilitation and capital improvements that is accomplished through other Army programs. Some major repair, minor construction and stand‐alone demolition may be accomplished as part of sustainment.
Except where otherwise stated, the Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Facility Investment services in the region in accordance with any performance work statement released during the solicitation stage.
The Contractor may perform maintenance, repair, repair by replacement (demolition and minor construction) for the following:
Building Exterior and Structures Maintenance:
Roof Repairs
Gutters and Downspouts
Doors and Windows
Lighting
Fences and Gates
OWS and Grease Traps
Pothole Repairs and Sealing Paved Surfaces
Traffic Control Devices
Stripping
Curbs, sidewalks, and parking lots
Flag Poles
Signage
Building Interior Systems:
HVAC
Chillers
Fan Coils and unit heaters
Packaged Terminal Air Conditioners
Rooftop Units
Variable Air Volume (VAV) and Other Boxes
Building Humidifiers
Mini‐Splits
Window Units
Weight Handling Equipment
Exhaust and Transfer Fans
Compressed Air Systems
Plumbing (including backflow devices for domestic and fire protection)
Fire Protection and Mass Notification systems
Fire Extinguishers
Sump Pumps
Circulating Pumps
IDS and Access Control Systems
Vaults
Built-In Projection Screens
Entrance or Overhead Doors
Lightning Arrestors and Grounding Devices
Refrigerators & Freezers & Ice Machines
Interior/Exterior Doors
Elevators
Testing, Identification, Remediation of Unknown Discolored Substances
Installation of Government Furnished Furniture, Fixtures & Equipment (FF&E)
Preventive Maintenance- PM consists primarily of inspection, testing, cleaning, lubrication, adjustment, calibration, and minor part and component replacement (such as filters, batteries, belts, hoses, fluids, oil and grease) as required to verify proper system operation, minimize malfunction, breakdown, and deterioration of systems and equipment; and maximize useful life.
Repair- The restoration of facilities or equipment to such a condition that it may be effectively utilized for its designated purposes by overhaul, reconstruction, or replacement of constituent parts or materials which have deteriorated by action of the elements or usage, and which have not been corrected through maintenance. This term also applies to replacement of the entire unit or system if beyond economical repair. The intent of repair is to have the equipment at normal working condition.
Replacement- Replacement is a distinct work element. It is confined to a program of planned replacement of a facility or its components. It may be further limited to major components such as air conditioning compressors, furnaces or hot water heaters. Replacement is performed when the equipment has reached the end of the useful life, when it no longer can perform due to degradation of the internal components and repair is no longer cost effective. Included under the replacement would be the major rebuilding of any component, since rebuilding also restores performance.
Restoration- Restoring real property to such a condition that it can be used for its intended purpose. Includes repair or replacement work to restore facilities damaged by inadequate sustainment, excessive age, natural disaster, fire, accident or other causes.
Sustainment-Maintenance and repair activities necessary to keep a typical inventory of facilities in “normal working condition”. Sustainment includes regularly scheduled maintenance as well as cyclical major repairs or replacement of components that occur periodically over the expected service life of the facilities.
Project Locations:
Delaware, Maryland & Eastern Virginia
Estimated Duration of Work: 5-year ordering period
Security Requirements:
• All employees are required to be US Citizens.
• Employees must possess a Real ID.
• Contractor must be able to obtain a security clearance for employees that require access to restricted areas.
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. Capability statement with past performance/projects similar to projects described in this notice using the NAICS Code 561210 in the past 10 years.
3. Business size/classification shall be indicated on the first page of the submission (small business concern, 8(a) business, HubZone small business, small disadvantaged business, woman-owned small business, veteran owned small business, or service disables veteran owned small business, etc.)
4. A written narrative of the contractor’s capability to provide the requirement and/or marketing materials that identify the features of their particular enterprise.
5. Offeror must demonstrate ability to operate in the specific states within the defined Region’s area of responsibility;
6. Demonstrated past experience providing preventive maintenance and corrective maintenance services in the past 10 years.
Submission Instructions:
Sources Sought submission 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, 16 DECEMBER 2025. All responses under this Sources Sought Notice must be emailed to Tiffany Chisholm (tiffany.z.chisholm@usace.army.mil) with reference to the sources sought number W912BU26RA0R5, Region 5.
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).