SOURCES SOUGHT
Z -- W912BU24B0005 - Lower Cape May meadows
- Notice Date
- 2/21/2024 5:55:59 PM
- 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
- W912BU24
- Response Due
- 3/7/2024 11:00:00 AM
- Archive Date
- 12/31/2024
- Point of Contact
- Cheley Auguste, Phone: 2156566771, Frederick Conway
- E-Mail Address
-
cheley.auguste@usace.army.mil, frederick.conway@usace.army.mil
(cheley.auguste@usace.army.mil, frederick.conway@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Action Code: Pre-Solicitation/Synopsis Subject: Market Research � Lower Cape May Meadows, Cape May Point, New Jersey Solicitation No.: W912BU24B0005 � Lower Cape May Meadows Set-Aside Code: Small Business Response Date: 7 March 2024 Place of Performance: Cape May Point, New Jersey The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists�of surveying, excavating, and placing approximately 88,000 cubic yards of sand as part of the base award�within the Lower Cape May Meadows. This project may include an option for an additional 45,000 CY. Contract work will consist of conducting pre- and post-placement condition surveys. These are beach survey�lines (35 lines) that extend 3,000 feet into the water. The (88,000 CY) of sand will be excavated from two�adjacent areas of the beach at Cape May Point State Park and The Nature Conservancy�s Cape May�Migratory Bird Refuge. The sand will be moved to the Cove Beach area in the City of Cape May (88,000�CY). The Option of (45,000 CY) of sand if exercised, will allocate 30,000 CY moved to the Cove Beach�area and 15,000 CY moved to Saint Peter�s Beach in the Borough of Cape May Point.��Contractor will be required to do before and after surveys every 50 feet in the excavation area (101 lines), and�every 100 feet in the placement areas (22 lines). These surveys will be to wading depth only. Contractor will�be paid based on the quantity excavated as calculated by the before and after surveys. The contractor is required to have specialized experience since work requires the beneficial use placement of�dredged sediments in sensitive marsh environments on State Wildlife Management Area land. Contractor�must be able to demonstrate prior experience on beachfill projects involving beneficial use placement�techniques within environmentally sensitive coastal marshes and wetlands and knowledge of the dynamic�conditions that exist for these placements. Due to environmental restrictions, excavating and placement�cannot occur between 1 March 2024 to 30 August 2024. The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation. Solicitation No. W912BU24B0005 will be issued 1 May 2024 with a bid opening date occurring at least 30�days after the Solicitation. Bonding will be required; at the time of bid opening, by separate Bid Bonds; and�after award but before Notice To Proceed, Performance Bonds will be required. The award will be made as a�whole to one bidder in accordance with FAR Part 14 Procedures. The contract period of performance is 150�calendar days. The NAICS Code for this project is 237990 Dredging and Surface Cleanup Activities and the small business�size standard is $37.0 Million. Estimated cost range of project is $1,000,000 to $5,000,000 for the base�contract work. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities�(FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made�via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted.��It is the contractor�s responsibility to monitor FBO for any amendments. The solicitation will contain FAR�52.222-38 Compliance with Veterans� Reporting Requirements, therefore contractors who have received a�Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans� Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for�an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact�VETS-100 customer support at 1- 866-237-0275 or via email at VETS100-customersupport@dol.gov. The�solicitation will contain FAR provision 52.204- 7; therefore a bidder must be registered in the System for�Award Management (SAM) database prior to award. Davis Bacon rates will be applicable to the construction.��Affirmative action to ensure equal employment opportunity is applicable to the resulting contract.�� Questions regarding this notice should be directed to Frederick Conway at rederick.conway@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2266d70777f8498c971e9726283f51ff/view)
- Place of Performance
- Address: Cape May, NJ 08204, USA
- Zip Code: 08204
- Country: USA
- Zip Code: 08204
- Record
- SN06972991-F 20240223/240221230053 (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 |