Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
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 Department of the Army, USACE New York District, is soliciting proposals for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project. This two-phase design-build solicitation seeks to elevate approximately 67 residential structures in Mastic Beach (Town of Brookhaven) and Frederick Shores (Town of Babylon), Suffolk County, NY, to mitigate flood risks. The project magnitude is between $25,000,000.00 and $100,000,000.00. Proposals for Phase One are due January 9, 2026.
Scope of Work
The selected contractor will provide comprehensive design and construction services to raise residential structures above the design flood elevation. This includes lifting existing homes, constructing new foundations and subfloors, and ensuring the final appearance is aesthetically equivalent to the pre-work condition. The scope also covers site work (clearing, demolition, grading, restoration), management and elevation of existing utility systems (water, sewer, gas, electrical, HVAC, communications), and coordination with agencies and homeowners. Compliance with all applicable local, State, and Federal regulations is mandatory, with special considerations for historic structures. The contractor is responsible for all labor, materials, equipment, permits, fees, and professional services.
Contract Details
This is a Firm Fixed Price, Two-Phase Design-Build contract under 100% Unrestricted Full and Open Competition with a HUBZone Price Evaluation Preference. The NAICS code is 237990 with a $45,000,000.00 size standard. The period of performance is 740 calendar days from the Notice to Proceed (NTP), which will be issued within 10 calendar days of award. Small business goals include 25% total SB, 5% SDB, 15% WOSB, 1% SDVOSB, 1% HUBZone, and 1% VOSB.
Submission & Evaluation
Proposals for Phase One are due January 9, 2026, at 7:00 PM UTC and must be submitted electronically via the SAFE website. Offerors must request an upload code at least two working days prior. Phase One proposals have a 30-page limit and will be evaluated on Relevant Specialized Past Experience and Past Performance (equally important). Up to five offerors will be short-listed for Phase Two, which requires design-build proposals (50-page limit). Phase Two evaluation factors include Technical Approach and Concept Design (most important), Relevant Specialized Past Experience, Past Performance, Phasing and Scheduling (equally important), Qualifications of the Offerors Team (second least important), and Small Business Participation Plan (least important). A Project Labor Agreement (PLA) is required as part of the Phase II proposal. This is a Best Value Trade-Off procurement, with technical factors 1-5 combined approximately equal in importance to price.
Key Attachments
The solicitation includes numerous attachments crucial for bidders, such as individual Structural Condition Assessment Checklists and Floor Elevation Survey Sheets for specific properties, a Geotechnical Report, a Home Types & Materials Matrix, a Design Requirements Sheet, and forms for Performance Assessment, Permits Record of Decision, Best Value Determination Guidelines, and Performance Rating Method Compliance.