Port Monmouth Phase II
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers, NY District, is conducting a Sources Sought for market analysis regarding the Port Monmouth Phase II, Contract 1 (Mitigation) project in Middletown Township, Monmouth County, New Jersey. This effort seeks to identify qualified firms for a wetland restoration/creation construction contract. Responses are due by February 14, 2026, at 4:00 PM EST.
Scope of Work
This project involves the design and construction of two wetland mitigation sites: forested and emergent wetlands at the Pews site, and scrub-shrub and herbaceous tidal wetlands at the Compton Creek site. Additionally, the scope includes the purchase of wetland mitigation bank credits. The estimated magnitude for this design-build construction contract is between $15 Million and $30 Million, with an anticipated construction duration of approximately 746 calendar days after a projected Notice to Proceed (NTP) in June 2026. The NAICS code is 237990 (Other Heavy and Civil Engineering Construction) with a small business size standard of $45 million.
Contract & Timeline
- Type: Sources Sought / Market Analysis
- Set-Aside: None specified, but seeking Small Business (SB), Small Disadvantage Business / 8(a), HUBZone, Women Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) firms.
- Response Due: February 14, 2026, by 4:00 PM EST.
- Published: January 21, 2026.
Submission Requirements
Interested firms must provide:
- Company name, address, phone, point of contact, and email.
- Verification of SBA status (e.g., SB, SDB, 8(a), HUBZone, WOSB, SDVOSB) via SAM.gov report.
- CAGE Code and SAM Unique Entity Identifier (UEI).
- Statement of Interest, including willingness to bid and rationale if not.
- Intended bidding structure (sole, prime with subcontractors, or joint venture).
- Any dollar limits on contract size.
- Details of largest construction contracts performed as prime contractor.
- Qualification criteria: 3-5 relevant projects as prime contractor, including dollar values.
- Forecasted use of materials, equipment (land-based, water, storage).
- Capabilities and capacity for intended operations.
- Bonding capacity (per contract and total).
- Percentage and type of work to be self-performed.
- Any contractor comments or recommendations.
Additional Notes
This is a market analysis only; no awards will be made from responses, and no solicitation is currently available. Responses will inform the appropriate acquisition strategy for a possible future procurement. Failure to provide all requested information may result in responses not being used for the acquisition decision. Submissions should be emailed to Nicholas.P.Emanuel@usace.army.mil.