Agency: | DEPT OF DEFENSE |
---|---|
State: | New Jersey |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 3, 2024 |
Due: | Apr 10, 2024 |
Solicitation No: | W912BU24R0002 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
4/3/2024: Sources Sought submission page limit is extended to 10 pages.
This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.
The Army Corps of Engineers (USACE), Philadelphia District, is interested in awarding one (1) Firm Fixed Price Contract for Initial Construction, Hereford Inlet to Cape May Inlet, Cape May County, New Jersey. Contract work consists of a base bid to hydraulically place approximately 1,600,000 cubic yards of beachfill along the Atlantic Ocean coastline in the City North Wildwood and hydraulically or mechanically place approximately 500,000 cubic yards of beachfill along the Atlantic Ocean coastline in the City of Wildwood, Borough of Wildwood Crest and Township of Lower.
The project area encompasses approximately 25,000 feet along the oceanfront of 5-mile Island, also known at the “Wildwoods.” The contract may include approximately 12-16 options for additional beachfill of varying quantities (3-4 per community). Options, if awarded, will be for quantities ranging from approximately 25,000 to 300,000 cubic yards. In addition to beachfill, the base contract will include the construction of approximately 56 pedestrian, 17 vehicle, and 20 American Disabilities Act (ADA) compliant crossovers, planting dune grass, and installing sand fencing.
The beachfill material for this contract must come from the authorized borrow area located along the beach and near shore profiles in Wildwood and Wildwood Crest. This contract does not require an open ocean dredging but does require dredging and working within the nearshore surf zone. The project area is entirely within the four municipalities specified above.
The estimated Magnitude of Construction of the project is $25,000,000 to $100,000,000 including options. The period of performance is estimated between 270 days and 365 days for the Base work. Solicitation Number W912BU24R0002 is anticipated to be issued on or about 15 May 2025 with a proposal due date occurring at least 30 days after the Solicitation. Performance and Payment Bonds will be required for 100% of contract award. USACE anticipates using the Lowest Price Technically Acceptable (LPTA) source selection process.
This Market Survey is being conducted to determine if there are adequate HUBZone, 8(a), Service Disabled Veteran Owned, Women-Owned, and general Small Business contractors for the above described work. The NAICS Code for this project is currently projected to be 237990: Other Heavy and Civil Engineering Construction - Dredging and Surface Cleanup Activities subset which has a small business size standard of $37.5 Million. In accordance with Footnote 2 of the U.S. Small Business Administration Table of Small Business Size Standards, to be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.
All interested Small Business contractors should submit a narrative demonstrating their experience in the specified work, as well as their technical capabilities. Please include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects including completion dates, references, and contract amounts. Narratives shall be no longer than TEN (10) pages. Additionally, the Government welcomes industry feedback into the NAICS Code currently projected for this requirement.
Responses shall be sent to Molly Gallagher at Molly.Gallagher@usace.army.mil on or before 10 April 2024 2:00 p.m. Eastern. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.
Mar 21, 2024 | [Sources Sought (Original)] Beachfill - Hereford Inlet to Cape May Inlet Coastal Storm Risk Management Initial Construction |
With GovernmentContracts, you can:
Follow FCI Fairton 2nd Qtr FY2024 Subsistence Active Contract Opportunity Notice ID 15B20424Q00000001
Federal Agency
Bid Due: 12/01/2024
Follow Notice of intent to restrict competition for repairs to Drift Collection Barge
Federal Agency
Bid Due: 12/22/2024
Follow Notice of Intent: Hocking Shipyard Caven Point Services Active Contract Opportunity Notice
Federal Agency
Bid Due: 1/08/2025
Follow 5999--561A4-24-2 Lyons Bldg.143 Emergency Generator Annunciator Panel Installation Active Contract Opportunity Notice
Federal Agency
Bid Due: 5/15/2024