Search Contract Opportunities

Sandy Hook to Barnegat Inlet Beach Erosion Control Project   3

ID: W912DS22B0024 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) solicitation package seeking to award a firm-fixed price construction contract for the Federally authorized Sandy Hook to Barnegat Inlet Beach Erosion Control Project. The project is located on the Atlantic Coast of New Jersey, covering 51 miles of coastline between Sandy Hook peninsula and Barnegat Inlet. The project area is comprised of three sections and is further sub-divided by construction contracts. Section I, the northerly extent of the project, extends 12 miles from just north of the Route 36 Bridge in Sea Bright, southward to Loch Arbour at the outlet of Deal Lake. Section II, the middle extent of the project, reaches for 9 miles from Asbury Park south to the Manasquan Inlet. The FY22 renourishment project plan is for fill in locations between the towns of Sea Bright and Manasquan. It will include approximately 1 2 million cubic yards of beachfill with a berm at elevation +9.3-ft NAVD88. Fill placement includes advanced nourishment along the length of the design berm, and feeder beaches.

This project solicitation for construction will be Unrestricted full and open competition. It is anticipated that the IFB will be issued on or about the end of July 2022 and the bids will be due about 30 days later after the advertising date. The period of performance for this project is 250 calendar days from the Notice to Proceed (NTP) date. The specifications will be posted electronically via the Contract Opportunities web page on the sam.gov web site. The applicable North American Industry Classification System (NAICS) code is 237990 -- Other Heavy and Civil Engineering Construction The small business size standard for this code is $39,500,000. The magnitude of this construction is estimated to cost between $25,000,000 and $100,000,000. The specifications will be posted electronically via the SAM website at sam.gov.

Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 16-300, 26 Federal Plaza, New York, NY 10278-0090. All questions must be submitted in writing via email (Microsoft word format) to the Contract Specialist. The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the medium utilized for this project is the Internet. Paper copies of this solicitation, and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at sam.gov, in order to safeguard acquisition related information for all federal agencies. Interested parties may download and print the solicitation at no charge from the Contract Opportunities web page on sam.gov.

The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 require the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandates the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at http://www.cpars.csd.disa.mil.

Point of Contact is Nicole Fauntleroy, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16-300, New York, NY 10278-0090. Email: nicole.fauntleroy@usace.army.mil

Overview

Response Deadline
July 25, 2022, 2:00 p.m. EDT Past Due
Posted
July 11, 2022, 3:25 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Odds of Award
76%
On 7/11/22 USACE New York District issued Presolicitation W912DS22B0024 for Sandy Hook to Barnegat Inlet Beach Erosion Control Project due 7/25/22. The opportunity was issued full & open with NAICS 237990 and PSC Y1KF.
Primary Contact
Name
Nicole C. Fauntleroy   Profile
Phone
(917) 790-6139

Secondary Contact

Name
Nicholas P. Emanuel   Profile
Phone
(917) 790-8069

Documents

Posted documents for Presolicitation W912DS22B0024

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DS22B0024

Award Notifications

Agency published notification of awards for Presolicitation W912DS22B0024

Contract Awards

Prime contracts awarded through Presolicitation W912DS22B0024

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DS22B0024

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DS22B0024

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NEW YORK
FPDS Organization Code
2100-W912DS
Source Organization Code
100221392
Last Updated
July 11, 2022
Last Updated By
nicholas.p.emanuel@usace.army.mil
Archive Date
July 11, 2022