W912BU24B0005 - Lower Cape May Meadows
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Updated)
- Updated Published Date: Jul 25, 2024 11:46 am EDT
- Original Published Date: Jul 02, 2024 10:41 am EDT
- Updated Date Offers Due: Aug 01, 2024 11:00 am EDT
- Original Date Offers Due: Aug 01, 2024 11:00 am EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 16, 2024
- Original Inactive Date: Aug 16, 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 08204USA
Description
**Amendment 0003 addresses RFIs received timely at an unattended account ::
8. Please clarify if this Contract is a small business set aside. No it is Full and open but businesses of all sizes are encouraged to bid.
9. There is no Mobilization(Mob) & Demobilization(DeMob) item in the Contract. Can the USACE add a CLIN for Mobilization & Demobilization so the Contractor can appropriately account for fixed costs? No. This isn’t a dredge project and thus it is unnecessary to parse the Mob and Demob out. This level of detail is not needed for this project. All other terms and conditions remain unchanged.**
*******Amendment 0002 has been posted to include the RFIs from Amendment 0001************
*******Amendment 0001 has been posted to change the Period of Performance and Address RFIs************
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 $1,000,000.00 to $5,000,000 for the base contract work.
Solicitation documents, plans and specifications will only be available via the Sam.gov webpage and hard copies will not be made available. No written or fax requests will be accepted. It is the contractor’s responsibility to monitor SAM.gov for any amendments. The solicitation contains 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 contains 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 frederick.conway@usace.army.mil
Attachments/Links
Contact Information
Contracting Office Address
- 1650 ARCH STREET 7TH FLOOR
- PHILADELPHIA , PA 19103-0000
- USA
Primary Point of Contact
- Deah Gerard-May
- DEAH.L.GERARD-MAY@USACE.ARMY.MIL
- Phone Number 2158978879
Secondary Point of Contact
- Esther Edinborough
- esther.a.edinborough@usace.army.mil
- Phone Number 2156566764
History
- Jan 01, 2025 12:00 am ESTPresolicitation (Original)
- Oct 25, 2024 12:00 am EDTSolicitation (Updated)
- Sep 24, 2024 09:59 am EDTSolicitation (Updated)
- Aug 16, 2024 11:55 pm EDTSolicitation (Updated)
- Jul 23, 2024 12:51 pm EDTSolicitation (Updated)
- Jul 23, 2024 08:38 am EDTSolicitation (Updated)
- Jul 22, 2024 02:55 pm EDTSolicitation (Updated)
- Jul 22, 2024 02:45 pm EDTSolicitation (Updated)
- Jul 02, 2024 10:41 am EDTSolicitation (Original)