SPECIAL NOTICE
Y -- Exchanges with Industry Before Receipt of Proposals | Fire Island Inlet to Montauk Point (FIMP), Suffolk County, NY � Contract 6b Pilot Project.
- Notice Date
- 9/19/2025 8:01:48 AM
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
- ZIP Code
- 10278-0004
- Solicitation Number
- W912DS25S0069
- Response Due
- 10/4/2025 1:00:00 PM
- Archive Date
- 10/19/2025
- Point of Contact
- Michael McCue
- E-Mail Address
-
michael.l.mccue@usace.army.mil
(michael.l.mccue@usace.army.mil)
- Description
- THIS IS AN �EXCHANGES WITH INDUSTRY BEFORE RECEIPT OF PROPOSALS� 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 perform an exchange with industry to obtain input regarding the bid schedule format due to the real estate requirements associated with nonstructural project implementation. The NAICS Code is 237990 (Other Heavy and Civil Engineering Construction) (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. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for the Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 6b Project. FIMP Contract 6b Pilot Project is design-build contract for nonstructural home elevation of up to 67 structures at 66 addresses (one address contains two legal dwellings which require elevation). As a Design-Build contract, the contract consists of both the completion of design and the construction, including acquisition of construction permits, to elevate each structure to its respective Design Flood Elevation. However, it is notable that this project scope reflects �up to� as homeowners are not obligated to remain part of this program until after the Participation Agreement is signed (currently at 100% design, though may change to 15% design), and the execution of permanent easements which will firmly commit them to the project. Prior to the finalization of real estate documents, homeowners may decide to opt out of further participation in the program. As a result, it is possible that of the 66 addresses identified, some may not proceed to construction (after 100% design) and/or may opt out of the program prior to completion of design. This potential for opt out after contract award was also noted in Sources Sought W912DS25S0053. The scope of work includes, but may not be limited to, design, homeowner meetings, and construction (disconnect utilities, excavation around building footprint, evenly jack up the structure with appropriate cribbing/supports, install new foundation elements/ install new foundation elements and floor where slab separation was required, lower house and secure to new foundation, and reconnect utilities), and post-construction activities. Floodproofing actions may be associated with the elevation such as filling of basement, protection of utilities, and raising AC and/or louvers as appropriate to each home. The project provides flood mitigation risk by elevating the project so that it sits at the Design Flood Elevation (DFE), which is established as the 1% Annual Exceedance Probability (AEP) flood elevation as established by accepted FEMA flood maps + 2� freeboard + 18�). While residual risk of flooding remains in the event of higher flood events, it significantly reduces the frequency of flooding a structure may be subject to. Habitable spaces below the DFE will be filled and abandoned (basements) or prohibited from future development to prevent reintroduction of risk as part of the agreement to participate in the FIMP project. Construction cost is in the range of $25,000,000 to $100,000,000. OPERATIONAL CONSTRAINTS The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project. The Contractor shall prepare and submit a site-specific safety and health plan to the government for approval prior to mobilization. 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� feedback regarding the appropriate bid schedule layout to reflect potential homeowner withdrawal from the program post-award. General The proposed project is for nonstructural home elevation work. 1. Description of project: The FIMP Contract 6b Pilot Project is design-build contract for nonstructural home elevation of up to 67 structures. As a design-build contract, the contract consists of both the completion of design and the construction, including acquisition of construction permits, to elevate each structure to its respective Design Flood Elevation. It is notable that this project scope reflects �up to� as homeowners are not obligated to remain part of this program until after 100% design is completed, after which point they will sign documents which will firmly commit them to the project. The scope of work includes, but may not be limited to, design, pre-construction activities, construction activities (disconnect utilities, excavation around building footprint, evenly jack up the structure with appropriate cribbing/supports, install new foundation elements/ install new foundation elements and floor where slab separation was required, lower house and secure to new foundation, and reconnect utilities), and post-construction activities. Floodproofing actions may be associated with the elevation such as filling of basement, protection of utilities, and raising AC and/or louvers as appropriate to each home. Prior to inclusion in this contract, homes were screened for structural condition, presence of lead-containing, asbestos-containing materials, and mold, as well as for compliance with existing Certificates of Occupancy. If any issues were identified, homeowners were notified of cure actions and all homes participating will be required to resolve or abate these items prior to participation in the project. Known considerations include space constraints, especially in the Town of Babylon, and high water table. In the Town of Brookhaven, homes are connected to septic systems rather than sewer. Some homes will require I/A upgrades, which will not be included in the contract and will be coordinated by the homeowner. Coordination with septic contractor may be required to ensure final receipt of Certificate of Occupancy and therefore re-occupation of the structure. Due to the elevation activities, some homes will be required to install fire suppression, which will not be included in the contract and will be coordinated by the homeowner. Coordination with installing parties may be required to ensure final receipt of Certificate of Occupancy and therefore re-occupation of the structure. 2. The North American Industry Classification System (NAICS) code is 237990 (Other Heavy and Civil Engineering Construction). The Small Business Size standard is $45,000,000. 3. The following information is required from interested sources. (a) Name of firm with address, phone, and fax number, point of contact and email address. (b) A CAGE Code and DUNS Number for the firm. (c) Statement of Interest: Please indicate whether your firm intends to submit an offer for this project. (d) Feedback for bid schedule CLINs to best reflect potential withdrawal. The New York District has currently established as a base the design for 17 homes for which the homeowner cure actions (pre-requisite items such as legalizing additions to obtain a valid Certificate of Occupancy) are known. The construction for each of these 17 homes is reflected as an option. Both the design and construction for each of the remaining 39 homes are reflected as an option. 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). 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 three (3) Survey Questionnaires to: Attn: Michael McCue, CENAN CT, Rm. 1843, US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278 Survey Questionnaires will not be accepted after 4:00 pm on the original response date shown in the advertisement in Sam.gov. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will move to the next business day. Facsimile transmissions of the qualification statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to enter the building.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/490480b148344d4d8511a03da4f1c0de/view)
- Place of Performance
- Address: West Babylon, NY 11707, USA
- Zip Code: 11707
- Country: USA
- Zip Code: 11707
- Record
- SN07597801-F 20250921/250919230045 (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 |