SOURCES SOUGHT
Z -- BEACH NOURISHMENT CAPE MAY INLET TO LOWER TOWNSHIP CAPE MAY, CAPE MAY COUNTY, NJ
- Notice Date
- 3/23/2023 5:22:50 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19106-3400 USA
- ZIP Code
- 19106-3400
- Solicitation Number
- W912BU23X0001
- Response Due
- 4/7/2023 1:00:00 PM
- Archive Date
- 12/30/2023
- Point of Contact
- CHELEY AUGUSTE, Phone: 2156566771, Gregory C. Keaton, Phone: 2156563826
- E-Mail Address
-
Cheley.auguste@usace.army.mil, gregory.c.keaton@usace.army.mil
(Cheley.auguste@usace.army.mil, gregory.c.keaton@usace.army.mil)
- Description
- Contracts Branch (ca)� � Action Code: �Sources Sought.� W912BU23X0001- BEACH NOURISHMENT CAPE MAY INLET TO LOWER TOWNSHIP CAPE MAY, CAPE MAY COUNTY, NJ. Class Code: �Z� Subject: Market Research- BEACH NOURISHMENT CAPE MAY INLET TO LOWER TOWNSHIP CAPE MAY, CAPE MAY COUNTY, NJ. Set-Aside Code: �N/A� Response Date: �07 April 2023 4:00 pm. EST.� Place of Performance: The Atlantic coast of New Jersey, extending from the Cape May Inlet southwest jetty to the 3rd Ave terminal groin in Cape May City. Description of Work: �This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. � The Army Corps of Engineers, Philadelphia District, is interested in awarding (1) Firm Fixed Price Contract for the Beach Nourishment Cape May Inlet To Lower Township Cape May, Cape May County, NJ.� Description of Work: The project will consist of a base bid to conduct pre-placement condition surveys and pump/place approximately 517,000 cubic yards of sand from two borrow areas approximately 2.6 miles south of the Cape May Inlet jetties onto the beach at 2 locations: Area 1 (471,000 cu yds), the US Coast Guard Training Center and Area 2 (46,000 cu yds), Wilmington Ave. Options to place additional sand (95,000 cu yds) from the same borrow areas to achieve the full project design template at these same two beach locations will also be included. �Sand must come from the offshore borrow areas. �Trucking-in sand will not be permitted under this contract. �All work under the contract must be completed no later than 1 March 2024. Contract period of performance will be 171 calendar days. An Award for the Contract is anticipated on or about August 2023. Estimated cost range of the project is between $10,000,000 and $25,000,000. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $30.0 Million. �[NOTE: Dredging � To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.]�Responses to this Sources Sought Announcement will be used by the Government to make appropriate acquisition decisions. Narratives are requested with the following information,� �which shall not exceed a total of eight (8) pages.� Offeror�s name, address, points of contact with telephone numbers and e-mail addresses. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission. Provide construction bonding level. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars, along with current available bonding capacity. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare, and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror�s role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be sent to Cheley Auguste, at Cheley.auguste@usace.army.mil on or before 07 April 2023 at 4:00 PM EST.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b59f217f6251496da0f95d652b987ece/view)
- Place of Performance
- Address: Cape May, NJ 08204, USA
- Zip Code: 08204
- Country: USA
- Zip Code: 08204
- Record
- SN06629154-F 20230325/230323230118 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |