Sources Sought Notice for New Jersey Intracoastal Waterway Bank/Shoreline Stabilization
Cape May Canal/Point Pleasant Canal
REQUEST FOR INFORMATION
THIS IS A REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.
This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance.
REQUIREMENT:
The U.S. Army Corps of Engineer (USACE), Philadelphia District (NAP), anticipates a requirement for the repair of coastal navigation structure assets of the New Jersey Intracoastal Waterway (NJIWW) Federal Navigation Channel (FNC) including rip rap placement along the toe of the bulkhead at the Point Pleasant Canal for increased stability and repair of a degraded gabion revetment along the Cape May Canal. The estimated magnitude of this project is between $1,000,000 and $5,000,000.
DESCRIPTION:
(1) New Jersey Intracoastal Waterway (Cape May Canal):
The previous proposed work under solicitation W912BU25RA013 designed a repair of approximately 500 linear feet of degraded bank stabilization along the Cape May Canal which is part of the NJIWW FNC. The revised design will reduce the length of the repair to approximately 220 linear feet and reduce the width of the structure’s toe into the canal. Currently, the bank is stabilized by a revetment composed of corroded and degraded gabion baskets and is considered failed. The repair work will include the excavation of sediment from below the mean high-water line (temporarily stockpiled), removal of the twisted-wire gabion baskets and associated stone, and placement of the rock mattresses. Grade will be met with additional riprap stone, the existing gabion stone, and sand, where applicable. After the armoring has been completed, the site will be stabilized and planted.
(2) New Jersey Intracoastal Waterway (Point Pleasant Canal): The proposed work under solicitation W912BU25RA013 included placement of riprap along the Point Pleasant Bulkhead at the Manasquan Entrance, which is part of the NJIWW FNC. The riprap is necessary for increased stability and longevity of the sheetpile wall at a location with large scour holes and a history of erosion.
The estimated Period of Performance for this work is 365 Calander days following the Notice to Proceed
The anticipated North American Industrial Classification System (NAICS) code is 237990, Other Heavy and Civil Engineering Construction. With an SBA Size standard of $45.0M.
SURVEY:
The Government is issuing this notice to determine a competitive basis. This is not a solicitation, and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only prospective contractors capable of performing this type of work should respond to this Request for Information.
Your response to this survey is requested by 1:00 PM Eastern Time, 27 JAN 2026. Please send by email to Molly Gallagher at molly.gallagher@usace.army.mil and Connor Struckmeyer at connor.a.struckmeyer@usace.army.mil. Include in the title "Sources Sought- New Jersey Intracoastal Waterway Bank/Shoreline Stabilization Cape May Canal/Point Pleasant Canal” as the subject line in email communications. All submitted responses must be in either Microsoft Word or Adobe pdf format.
1. Name of your firm:
2. CAGE/Unique Entity Identifier:
3. Point of Contact, Phone Number, and E-mail Address:
4. List three (3) projects completed within ten (10) years of the date of this notice that demonstrates experience, as a prime contractor or subcontractor, for the construction of bank/shoreline stabilization.
Project # 1
- Project Name:
- Contract Number (if applicable):
- Year Completed:
- Was the project completed on time?
- Prime or Subcontractor:
- Type and percentage of work self-performed (based on contract value):
- Dollar Amount:
- General description of project:
Project # 2
- Project Name:
- Contract Number (if applicable):
- Year Completed:
- Was the project completed on time?
- Prime or Subcontractor:
- Type and percentage of work self-performed (based on contract value):
- Dollar Amount:
- General description of project:
Project # 3
- Project Name:
- Contract Number (if applicable):
- Year Completed:
- Was the project completed on time?
- Prime or Subcontractor:
- Type and percentage of work self-performed (based on contract value):
- Dollar Amount:
- General description of project:
5. Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HUBZone, 8(a), SDVOSB, WOSB, etc.)?
6. For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14, Limitations on Subcontracting)?
7. What type of work requirements will you subcontract out to small businesses?
8. Do you plan to subcontract to only small businesses?
9. If the answer to question 8 is “yes”, are these small businesses with a sub-category (e.g. e.g. HUBZone, 8(a), SDVOSB, WOSB, etc.)
10. What is your bonding capacity per contract?
11. What is your aggregate bonding capacity per contract?
12. If this requirement is advertised, do you anticipate submitting a proposal?