Skip to main content

An official website of the United States government

You have 2 new alerts

Lower Cape May Meadows, Cape May Point, New Jersey - Beachfill

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Dec 05, 2023 03:25 pm EST
  • Original Response Date: Dec 20, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1KF - MAINTENANCE OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Cape May , NJ 08204
    USA

Description

Action Code: Sources Sought
 

Subject: Market Research – Lower Cape May Meadows, Cape May Point, New Jersey - Beachfill
 

Solicitation No.: W912BU24B0005 – Lower Cape May Meadows, Cape May Point, New Jersey - Beachfill
 

Response Date: 20 December 2023
 

Place of Performance: Cape May Point, New Jersey


Description of Work: This is a Sources Sought Notice and is for informational and market research purposes only.
                         

                            THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.

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 near Cape May Point in New Jersey. 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 current estimated Magnitude of Construction is between $1,000,000.00 and $5,000,000 for the base contract work. The period of performance is 150 calendar days for the base work. 

The NAICS Code for this project is 237990 Dredging and Surface Cleanup Activities and the small business size standard is $37.0 Million.

Responses to this Sources Sought Announcement will be used by the Government in market research to make appropriate acquisition decisions. Narratives are requested with the following information, which shall not exceed a total of eight (8) pages.

1. Offeror’s name, address, points of contact with telephone numbers and e-mail addresses.
 

2. 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.
 

3. Description of capability to perform similar or same projects listed above and manage subcontractors if applicable.
 

4. Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects completed 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 Frederick Conway at frederick.conway@usace.army.mil on or before December 20, 2023, at 2:00 PM EST.

Contact Information

Contracting Office Address

  • 1650 ARCH STREET 7TH FLOOR
  • PHILADELPHIA , PA 19103-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jan 01, 2025 12:00 am ESTSources Sought (Original)