Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2025 SAM #8745
SOURCES SOUGHT

99 -- Mordecai Island Ecosystem Restoration, Breakwater Construction

Notice Date
11/3/2025 7:18:14 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU27RA00XX
 
Response Due
12/5/2025 2:00:00 PM
 
Archive Date
12/20/2025
 
Point of Contact
Tiffany Chisholm, Phone: 2156566761, Cherita Williams, Phone: 2156566775
 
E-Mail Address
tiffany.z.chisholm@usace.army.mil, cherita.l.williams@usace.army.mil
(tiffany.z.chisholm@usace.army.mil, cherita.l.williams@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SITE VISIT, Industry Day: The U.S. Army Corps of Engineers Philadelphia District would like to invite marine construction industry contractors to an Industry Day for the Mordecai Island Rubble Mound Breakwater Construction on 18 November 2025 from 1 � 2 PM with check-in beginning at 12:45 PM. The meeting shall be conducted in person at the Little Egg Harbor Yach Club, located at 401 Berkeley Ave, Beach Haven, NJ as well as virtually. The meeting location has a vantage point from which to view the proposed breakwater location. The purpose and focus of the event will be to seek marine construction industry input and their questions regarding best practices for the technical execution of the in-water construction of a rubble mound breakwater along a marsh island. RSVP: If you will be attending the site visit/industry day, please RSVP to Tiffany Chisholm, tiffany.z.chisholm@usace.army.mil AT LEAST 48 hours in advance. RSVP should indicate in-person or virtual attendance, including a count of how-many people from each registered Contractor. RSVP must include name, company, daytime telephone number, e-mail address, and your relation to the marine construction industry as reason for attendance. This is a non-fee event and seating is limited. This announcement is not a contract solicitation, request for proposal of any sort, a promise to issue any future contract, a forum to discuss other upcoming work, or a commitment to offer work of any kind on the part of the Government. The Government will not assume liability for costs incurred by an attendee or for travel expenses for marketing efforts. Date: 18 November 2025, 1 PM --------------------------------- This is a SOURCES SOUGHT NOTICE for the purpose of obtaining market research only. NO PROPOSALS ARE BEING REQUESTED NOR ACCEPTED UNDER THIS SYNOPSIS. This is not a solicitation, offer, or active procurement, and no contract will be awarded from the notice. The U.S. Army Corps of Engineers, Philadelphia District, will use information obtained under this synopsis to develop an acquisition strategy to meet the requirements for the project described below. Solicitation #: W912BU27RA00XX Procurement Type: Industry Day and Sources Sought Notice Project Title: Mordecai Island Ecosystem Restoration, Breakwater Construction Classification Code: 23 - Construction NAICS Code: 237990 - Other Heavy and Civil Engineering Construction, with a focus on in-water construction and marine environments. Primary Point of Contact: Tiffany Chisholm, Contract Specialist via email at Tiffany.Z.Chisholm@usace.army.mil Description: This posting is intended to determine the availability and capability of potential Small Business, Women Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), Indian Small Business Economic Enterprise (ISBEE), and Other socioeconomic categories per FAR Part 19, Small Business Programs for the project below. The Government anticipates a competitive method of procurement. The Philadelphia District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified business firms capable of performing work consisting of constructing an approximately 3,000 linear foot rubble mound breakwater to mitigate erosion along Mordecai Island�s northwest side. 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 Sources Sought Notice. Description of Proposed Contract: The proposed work includes in-water construction of a segmented stone breakwater adjacent to Mordecai Island and incidental related work intended to mitigate erosion along the island associated with nearby navigation. The rubble mound breakwater will be approximately 3,000 linear feet in length that extends an approximate height of 3.5 feet NAVD88 or approximately 8.5� from the bay bottom. The proposed rubble mound breakwater will have a crest width of 3 feet and 2H:1V side slopes and will be constructed using R-6 stone, currently estimated at 24 tons. A geocomposite will be placed between the bottom of the structure and the existing bay bottom. Sill vents even with mean low water will be interspersed throughout the structure to allow water circulation during the full tidal cycle. The objective of the contracted rubble mound breakwater construction is to mitigate erosion of the island associated with the navigation channel. Project Location: The project will be constructed in the water along the western edge of Mordecai Island, Beach Haven, NJ. The island an uninhabited marsh island in Barnegat Bay that lies between Long Beach Island to the east and the New Jersey Intracoastal Waterway to the west. Type of Work: The work covered by this section consists of furnishing, mobilizing, and demobilizing all labor, materials, plant, and equipment, and performing all operations required for the transportation and installation of riprap stone for the construction a 3,000 linear foot rubble mound breakwater in shallow water adjacent to Mordecai Island, while avoiding negative impacts to the island and surrounding shallow water intertidal habitat. The work shall involve the use of such boats, boatmen, laborers, and material forming a part of the ordinary and usual marine equipment and crew of the marine equipment or marine plant as may be reasonably necessary in inspecting and monitoring the work in order to minimize environmental impacts. The work shall involve suitable transportation from all points on shore and to and from the various pieces of plant and the work site. Riprap stone shall be placed within pre-determined elevation limits. Riprap shall be placed evenly to the specified limits. Stone will be arranged to produce a well-placed mass of rock with minimal voids and obtain distribution of the various sizes of stones throughout the mass. Surveys shall be conducted throughout construction to confirm acceptability. Estimated Magnitude and Duration of Work: The magnitude of the proposed project is estimated between $1,000,000 and $5,000,000.The estimated period of performance for this job is 1 year. Contract award and notice to proceed are currently anticipated to be issued in 2027. Security Requirements: There are no non-standard security requirements required for contractors if they are awarded this project. Sources Sought/Market Survey Responses Requested: Interested Offerors can respond to this Sources Sought Synopsis with the following information: Offeror�s company name, address, home office immediate area, UEI, and Commercial and Government Entity (CAGE) Codes, and points of contact name, telephone numbers and e-mail addresses. Capability statement with past performance/projects similar to project described in this notice using the NAICS Code 237990. 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 the first page of the submission. Provide construction bonding level per single contract/task order. 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. Interested contractors should have the capability to build a rubble mound breakwater via in-water construction methods and demonstrate experience with at least three completed projects of a similar nature working on coastal structures using stone in this type of environmentally sensitive, dynamic marine environment within the last ten years in the Northeast, avoiding all unnecessary impacts to shallow-water and intertidal habitats and nearby species. 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 three (3) projects that are at least 50% construction complete within the past ten 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). Submission Instructions: Sources Sought submission shall be no more than 10 pages in length. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 5:00PM EST, 05 DECEMBER 2025. All responses under this Sources Sought Notice must be emailed to Tiffany Chisholm (tiffany.z.chisholm@usace.army.mil) referencing the sources sought number W912BU27RA00XX. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Tiffany Chisholm (tiffany.z.chisholm@usace.army.mil) and/or Cherita Williams (cherita.l.williams@usace.army.mil).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4d95953203c54ad89bb2644d312d4427/view)
 
Place of Performance
Address: Beach Haven, NJ, USA
Country: USA
 
Record
SN07634135-F 20251105/251103230042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.