Skip to main content

An official website of the United States government

You have 2 new alerts

W912BU24B - Absecon Island Periodic Beach Nourishment

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: Sources Sought (Original)
  • Original Published Date: Feb 02, 2024 05:00 pm EST
  • Original Response Date: Feb 19, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Absecon , NJ 08201
    USA

Description

Class Code: Z

Subject: Market Research – Periodic Beach Nourishment – Absecon Island, Atlantic County, New Jersey                                                                    

Set-Aside Code: N/A

Response Date:        19 February 2024

Place of Performance: Between Absecon Inlet and Great Egg Harbor Inlet, Atlantic County, New Jersey.

Description of Work: This is a Sources Sought Notice and is for information 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 to provide Periodic Beach Nourishment between Absecon Inlet and Great Egg Harbor Inlet, located in Atlantic County, New Jersey.

The contract work consists of a Base Bid to place approximately 1,500,000 cubic yards of beachfill material along the Atlantic Ocean coastline of Absecon Island, Atlantic County, New Jersey.  The project area encompasses the municipalities of Atlantic City, Ventnor City, Margate City, and Longport Borough. The Contract work will also consist of various separate Options to place additional amounts of beachfill per option, if awarded, in locations within and outside of the Base Bid areas.

The Base Bid also includes the construction or repair of pedestrian, vehicle, and ADA accessible dune crossovers; planting dune grass; removal of damaged sand fence and posts; providing new sand fence, split rail fence, and post and rail fence; and the relocation of various existing structures to accommodate the new beachfill and dunes.

The Contract work may include separate options to repair or extend existing stormwater outfalls and drainage structures, including pipe support systems, if awarded, in locations within and outside of the Base Bid areas.  All beachfill work shall also include the requirements for structures monitoring.

The beachfill material for this contract must come from the authorized borrow areas, which are shown on the contract drawings, located within and adjacent to the Absecon Inlet in the Atlantic Ocean, and a separate designated area located approximately 2 – 3 miles offshore of Absecon Island in the Atlantic Ocean.

The Period of Performance is 180 calendar days, when all work under the contract must be completed.

Solicitation Number W912BU-24-B0008 will be issued on or about 19 March 2024 with bid opening date occurring at least 30 days after the issuance of the Solicitation.The period of performance is 180 calendar days for the Base and Options. Estimated cost range of the project is $25,000,000.00 to $100,000,000 including options.

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 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. Provide construction bonding level per single contract/task order. Provide the aggregate sum- total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity.
  4. Description of capability to perform similar or same projects listed above and manage subcontractors if applicable.

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).

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History