THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER, RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION.
The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in small business, certified 8(a) serviced by SBA districts, certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for work on wetland restoration/creation construction contract. The NAICS Code is 237990 (size standard $45 million average annual receipts for preceding three fiscal years). No awards will be made from the responses to this synopsis. No solicitation will be available at this time.
Responses will be used to determine appropriate acquisition decisions for a future procurement.
A-BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT
The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for renourishment of the Phase I, Contract 1 of the Port Monmouth Hurricane and Storm Damage Reduction Project in Middletown Township, Monmouth County, New Jersey.
- The Port Monmouth project includes shore protection components (Phase 1) as well as flood risk management components (Phase II). The project provides for reduction of storm damages to low-lying residential and commercial structures from coastal erosion, tidal flooding, and inland flooding along Pews and Compton Creeks caused by high surface events in Raritan Bay. Phase II flood risk management components consist of a tide gate, levees, floodwalls, two pump stations, three road closure structures, road raising and regarding, and wetland mitigation. The State of New Jersey, acting through the New Jersey Department of Environmental Protection (NJDEP), is the non-Federal sponsor for the project.
- This Survey is for the renourishment of Phase I, Contract 1 beachfill only. This scope includes approximately 77,000 CY of beachfill placement using an upland borrow source at Port Monmouth, NJ.
The magnitude of the Contract 1 Renourishment project is between $5 Million and $15 Million. Duration of construction will be approximately 330 calendar days after Notice to Proceed. Notice to Proceed is anticipated to occur approximately in May 2026.
B-OPERATIONAL CONSTRAINTS
The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project. This includes paying all fees and obtaining all permits required for the work.
The Contractor shall prepare and submit a site-specific safety and health plan to the government for approval prior to mobilization.
C-SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY
The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors’ project execution capabilities. Please provide your response to the following questions. At the end of this survey, you will be asked to provide any comments.
General
The proposed project is for Construction of Phase I Contract 1:
1. Description of project: Beachfill via trucking. The proposed project is for construction.
2. The North American Industry Classification System (NAICS) code is 237990. The Small Business Size standard is $45,000,000.
3. The following information is required from interested sources.
(1) Name of firm with address, phone, and fax number, point of contact and email address.
(2) Identification and verification of the company as a Small Business Administration (SBA) certified HUBZone Small business firm, or a Service-Disabled Veteran Owned Small Business (SDVOSB) firm, or an SBA certified 8(a) firm with an SBA approved office for performing a competitive acquisition in the State of New York, or a Small Business firm under the size standard assigned to the procurement.
(3) A CAGE Code and DUNS Number for the firm.
(4) Statement of Interest: Would you be willing to bid on the project described above? Please provide a brief description. If the answer is no, please explain why not.
(5) If you were to bid, 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 contract that you would bid?
(7) What are the largest construction contracts (in dollar amounts) on which you were the prime contractor?
(8) Qualification Criteria: Responses to this Source Sought shall provide information that indicates the contractor has the experience to perform the work as specified above.
Firms should respond to this notice by providing at least three relevant projects that the firm performed as a Prime Contractor. No more than five relevant projects can be submitted as Past Experience. Firms SHALL provide the dollar value of past relevant projects that the firm performed.
Also include: (i) Forecasted use of materials, equipment including land-based equipment and water and storage location if applicable; (ii) Capabilities and Capacity for intended operations.
(9) What is your bonding capacity per contract? What is your total bonding capacity?
(10) 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 pertains to specific Set-asides.
FAR 52.219-14 pertains to Small Business and 8(a) Set-asides. If the acquisition is set-aside for all Small Businesses or the 8(a) Program, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.
FAR 52.219-3 pertains to HUBZone Set-asides. If the acquisition is set-aside for HUBZone Small Businesses, at least 15 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor’s employees; and at least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone Prime Contractor’s employees or on a combination of the HUBZone Prime Contractor’s employees and employees of HUBZone Small Business concern Subcontractors; and no more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone Small business concerns
FAR 52.219-27 pertains to Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides. If the acquisition is set-aside for SDVOSB, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern’s employees or the employees of other Service-Disabled Veteran Owned Small Business concerns. A joint venture may be considered a Service-Disabled Veteran Owned Small Business concern if at least one member of the joint venture is a Service-Disabled Veteran-Owned Small Business concern, and makes the following representations: That it is a Service-Disabled Veteran Owned Small Business concern, and that it is a Small Business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; and each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and the joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. The joint venture meets the requirements of 13 CFR 125.15(b)
(12) 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 to:
Attn: Nicholas Emanuel, CENAN‑CT, US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278
Email: Nicholas.P.Emanuel@usace.army.mil
Survey Questionnaires will not be accepted after 4:00 pm on the original response date shown in the advertisement in the System for Award Management (SAM.gov). If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will be moved to the next business day.
Firms responding to this source sought announcement, who fail to provide ALL the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.