Skip to main content

An official website of the United States government

You have 2 new alerts

Contract 4B, Port Monmouth Hurricane and Storm Damage Reduction Project

info alert

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 29, 2024 08:37 am EDT
  • Original Published Date: Apr 24, 2024 07:32 am EDT
  • Updated Date Offers Due: Aug 06, 2024 02:00 pm EDT
  • Original Date Offers Due: Jun 11, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 21, 2024
  • Original Inactive Date: Jun 26, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Middletown , NJ
    USA

Description

The U.S. Army Corps of Engineers, New York District intends to issue a solicitation package seeking to award via an Invitation for Bids (IFB) method a firm-fixed-price contract for the construction of the Phase II, Contract 4B components of the Port Monmouth Hurricane and Storm Damage Reduction Project in Middletown Township, Monmouth County, New Jersey. The project scope is for the construction of 1,521 LF Floodwall, 1040 Levee, 3,100 Contaminated non-hazardous material, 15,510 CY Haul and Dispose of excess/unsatisfactory material, 2,405 CY Borrow Material, 2 Road Closure gates, 119,300 LF Steel H-Piles, 11 total static load tests for primary and secondary test piles.

This project will be acquired as a Small Business Set-Aside advertisement. It is anticipated that the IFB will be issued on or about 10 May 2024 and the bids will be due on or about 30 days later. 

The base period of performance for this project is 1,100 calendar days from the Notice to Proceed (NTP) date. The Specifications will be posted electronically via the Contract Opportunities website at www.sam.gov.  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 $45,000,000. The magnitude of this construction is estimated to cost between $50 million and $75 million.

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 https://www.sam.gov/portal/public/SAM/ and Contract Opportunities located at www.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 website at www.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 requires 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 Ivan Damaso, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16-300, New York, NY 10278-0090. Email:  ivan.d.damaso@usace.army.mil.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300
  • NEW YORK , NY 10278-0004
  • USA

Primary Point of Contact

Secondary Point of Contact

History