Townsends Inlet to Cape May Inlet, Cape May County, New Jersey

SOL #: W912BU22B0010Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST PHILADELPHIA
PHILADELPHIA, PA, 19103-0000, United States

Place of Performance

Place of performance not available

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Dredging Facilities (Y1KF)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 7, 2022
2
Last Updated
Feb 24, 2023
3
Response Deadline
Sep 22, 2022, 3:00 PM

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.

The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract work that consists of beachfill work along the Atlantic coastline.  

Contract work consists of a base bid to place approximately 231,000 cubic yards of beachfill, along the Atlantic Ocean coastline in the Borough of Avalon, Cape May County, New Jersey and approximately 464,000 cubic yards of beachfill, along the Atlantic Ocean coastline in the Borough of Stone Harbor, Cape May County, New Jersey. Additional work may include regrading of existing dunes within the project limits to minimize areas with significantly steep landward slopes. Regraded areas will be planted with dune grass or other appropriate vegetation. The base project area encompasses approximately 6,300 feet along the oceanfront of Avalon Borough and 14,100 feet along the oceanfront of Stone Harbor Borough.

The contract work may also consist of up to 8 separate options. Four options are to place additional amounts of beachfill per option, if awarded, in locations within and outside of the Base bid areas in the Borough of Avalon. Options 1, 2, 3 and 4, if awarded, will be for quantities of 175,000, 100,000, 50,000 and 25,000 cubic yards, respectively. Four options are to place additional amounts of beachfill per option, if awarded, in locations within and outside of the Base bid areas in the Borough of Stone Harbor. Options 5, 6, 7 and 8, if awarded, will be for quantities of 175,000, 100,000, 50,000 and 25,000 cubic yards, respectively. The project work for the Base Bid and Options, if awarded, also may include, in addition to beachfill: the construction or repair of pedestrian, vehicle, and handicap dune crossovers. The beachfill material for this contract must come from the authorized borrow area, which is shown on the contract drawings, located adjacent to the project, in the vicinity of Townsends Inlet.

Work under the contract must be completed by March 25, 2023. If exercised, each option will add additional days to the contract. The magnitude of this construction project will be between $10,000,000.00 and $25,000,000. The NAICS Code for this project is 237990 and the small business size standard is $39.5 Million.

-Liquidated Damages. The awarded contract will contain Liquidated Damages at a rate to be specified in the solicitation.

-The period of performance will last 167 days.

Options         Quantity (cy)        Duration (Days)

Option 1         175,000                   8

Option 2         100,000                   5

Option 3         50,000                     4

Option 4         25,000                     3

Option 5         175,000                 17

Option 6         100,000                 11

Option 7          50,000                   7

Option 8          25,000                   8

- This is not a request for proposals at this time, the solicitation requirements and documents will include instructions for submission and the response date, will be available on or about 28 September 2022. This will be advertised as a full and open unrestricted procurement.

Solicitation documents, plans, and specifications will only be available via the System for Award Management (SAM) website located at https://www.sam.gov. Registration for plans and specifications should be made via SAM Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor’s responsibility to monitor SAM for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans’ Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans’ Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the SAM database prior to award. Davis-Bacon rates will be applicable to the construction. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. The Davis-Bacon rate applicable to the construction and the actual Liquidated Damages will be specified in the actual solicitation.

People

Points of Contact

Zaquette EverettPRIMARY
Gregory C. KeatonSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Feb 24, 2023
View
Version 3
Solicitation
Posted: Oct 21, 2022
View
Version 2
Solicitation
Posted: Sep 28, 2022
View
Version 1Viewing
Pre-Solicitation
Posted: Sep 7, 2022