THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW- UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION.
The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications to perform construction. Responses are restricted to U.S. firms that are established and registered in the System for Award Management (SAM), www.sam.gov.
The U.S. Army Corps of Engineers (USACE), New York District (CENAN-NYD) was tasked by the National Park Service (NPS) to procure a construction contractor for the replacement of the existing timber bulkhead and concrete seawall managed by the
National Park Service along Sandy Hook, NJ.
The purpose of the proposed replacement is to prevent deterioration and loss of historic features and associated park assets protected by the Officers Row Seawall, Chapel Bulkhead. The replacement seawalls will enhance resiliency to storms and protect the park assets while maintaining historic park features.
The Officers Row Seawall is located on the west shoreline of the Sandy Hook Unit adjacent to the Officers Row Housing at historic Fort Hancock. The seawall is approximately 1,200 feet long and is a primary park asset attracting a high number of visitors throughout the year and protects Sandy Hook utilities, infrastructure, and a
National Historic Landmark District.
The existing seawall has exceeded its service life and is in a state of failure. The proposed replacement seawall includes steel sheet pile, a concrete cap, a splash pad, drainage structures and stone revetment placed in front of the wall.
North of the Officers Row Seawall is the Chapel Bulkhead, an existing historic failed timber bulkhead that needs to be replaced. The Chapel Bulkhead site is an approximate 700-foot stretch of shoreline fronting the historic Sandy Hook Fort Hancock Chapel. The existing bulkhead and shoreline fronting the Sandy Hook Chapel has been damaged over time due to waves and surges caused by coastal storms. The proposed replacement bulkhead includes steel sheet pile, a concrete cap, a splash pad, drainage structures and reconstruction of a gangway leading from the Fort Hancock Chapel to an existing pier. The construction for the proposed Chapel Bulkhead will be coordinated with and function with the construction of the proposed Officers Row seawall.
The contractor will be required to complete the work in accordance with all required permits, certifications and licenses required by Federal, State, and local law for the execution of this work. Permits might include but are not limited to those needed for work in the vicinity of structures potentially listed on National Register of Historic Places, compliance with a Clean Water Act Section 404 Permit and Rivers and Harbors Act Section 10 Permit.
The disclosure of magnitude is between $10,000,000 and $25,000,000.
The proposed work is anticipated to take place beginning in the winter of 2025.
SURVEY OF THE SEAWALL/BULKHEAD CONSTRUCTION INDUSTRY
The following confidential survey questionnaire is designed to apprise USACE of prospective seawall and bulkhead contractors’ project execution capabilities. Please provide your response to the following questions. All questions are regarding the Replace Shoreline Stabilization Structures at Sandy Hook, NJ project.
General
1) Have you ever worked on replacement of existing seawall/bulkhead jobs similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number, as a reference of relevant experience.
2) Have you performed replacement of an existing seawall/bulkhead within the waters of the NPS Gateway National Recreation Area? If so, please describe the project and for whom the work was performed.
3) What percentage of work (bulkhead replacement, concrete seawall replacement, splash pads, drainage system replacement) can you perform with your own equipment or equipment owned by another contractor?
4) Would you be willing to bid on the project previously described? If the answer is No, please explain why not.
5) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture?
6) Is there a dollar limit on the size of contract that you would bid? If so, what is that limit?
7) What is the largest replacement of an existing bulkhead or seawall contract, in dollars, on which you were the prime contractor?
8) What is your bonding capacity per contract? What is your total bonding capacity?
9) Do you have experience using USACE Resident Management System (RMS) 3.0 for delivering Submittals, Daily Dredging Reports and Pay Estimates?
10) Do you have experience applying USACE EM 385-1-1 and all requirements? Deficiencies observed on site will require immediate attention and action to meet all applicable safety codes.
11) What is your experience with in-water Geotechnical Borings? Do you have the capabilities to perform this work, or would you need another contractor?
12) What is your experience with phased construction projects of similar scope?
13) What is your experience with environmental monitoring during construction?
14) What is your project experience with obtaining and working in compliance with Clean Water Act Section 401 Water Quality Certification through NJDEP?
The associated North American Industry Classification System (NAICS) codes for this notice is 237990 - Other Heavy and Civil Engineering Construction.
All interested, capable, qualified, and responsive firms are encouraged to reply to this announcement. The Government is requesting that interested firms furnish the following information in addition to responses to the questions above:
1. Company name, address, point of contact, telephone number, and e-mail address.
2. Geographical areas in which you are capable of servicing.
3. Identification and verification of the company as a:
a. Small or large business firm as defined by SBA, or
b. Certified HUBZone firm, or
c. Service-Disabled Veteran Owned Small Business (SDVOSB) firm, or
d. SBA certified 8(a) firms serviced by SBA districts located within Region I- New England, Region II-Atlantic, and Region III-Mid Atlantic
4. State whether or not your firm and its employees currently have a security clearance, and if so, what level.
5. The interested contractor should list the percentage and type of work that they will self-perform. Interested responders should refer to the following FAR Clauses to see the Limitations on Subcontracting that pertain to specific set-asides:
FAR 52.219-14 (Pertains to Small Business and 8(a) Set-asides).
FAR 52.219-3 (Pertains to HUBZone Set-asides).
FAR 52.219-27 (Pertains to Service-Disabled Veteran-Owned Small Business Set-asides).
6. Contractor’s comments or recommendations. Please provide, if any.
Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it
restrict the Government to an ultimate acquisition approach. The Government should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms.
Submit Survey Questionnaires by E-mail to:
Denisse.M.Soto@usace.army.mil
Survey Questionnaires will not be accepted after 2:00 pm on the original response date shown in the advertisement on SAM.gov. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day.