The RFP Database
New business relationships start here

Townsend Inlet to Cape May Inlet, Cape May County, New Jersey


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

**********IF UNABLE TO SEE DRAWINGS OR SPECS PLEASE CONTACT MRS. EVERETT*********


The U.S. Army Corps of Engineers, Philadelphia District, intends to award a
firm fixed contract that consists of beachfill along the Atlantic Ocean coastline:
Contract work consists of a base bid to place approximately 425,000 cubic
yards of beachfill, along the Atlantic Ocean coastline in the Borough of
Avalon, Cape May County, New Jersey. The base project area encompasses
approximately 3,100 feet along the oceanfront of Avalon Borough. The
contract work may also consist of up to 8 separate options including work
within the Borough of Stone Harbor. Three options are to place additional
amounts of beachfill per option, if awarded, in locations within and outside of
the Base bid areas in the Borough of Avalon. Options 1, 2, and 3, if awarded,
will be for quantities of 250,000, 125,000, and 50,000 cubic yards,
respectively. The beachfill material for this contract must come from the
authorized borrow area, which is shown on the contract drawings, located in
Townsends Inlet.
Options 4, 5 and 6 if awarded, include redistribution of approximately 100,000
cubic yards, 50,000 cubic yards and 50,000 cubic yards, respectively, of
beachfill material and sand fence removal from within the fore-dune areas
above the Federal design template into the berm profile. These option areas
encompasses approximately 6,000 feet along the oceanfront of Stone Harbor
Borough. Options 7 and 8, if awarded, include sand fence installation and
dune grass planting along the disturbed fore-dune area in Stone Harbor.
The contract duration for construction is anticipated at approximately 130
calendar days and the magnitude of this construction project will be between
$5,000,000.00 and $10,000,000. The NAICS Code for this project is 237990
and the small business size standard is $27.5 Million.
This acquisition will be made using sealed bidding, a single award will be
made as a whole, to the lowest priced, responsive bidder determined to be
responsible in accordance with FAR Part 14 Procedures.  



The clauses at FAR 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the  solicitation. Accordingly, bidders are urged to inspect the site where the work will be performed. 
Contact the POC identified in the solicitation within 10 calendar days of the solicitation posting to coordinate their participation.



Bonding will be required; at the time of bid opening, by separate Bid Bonds;
and after award but before Notice to Proceed, Performance and Payment
Bonds will be required. Any contract awarded from the solicitation will contain
Liquidated Damages, FAR 52.211-12 -- Liquidated Damages - Construction,
the amount will be published with the solicitation.




Solicitation documents, plans, and specifications will only be available via the
Federal Business Opportunities (FBO) homepage located at
https://www.fbo.gov/. Registration for plans and specifications should be made
via FBO Internet homepage and hard copies will not be available. No written
or fax requests will be accepted. It is the contractor's responsibility to monitor
FBO for any amendments. The solicitation will contain 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 will contain 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. The Davis-Bacon rate applicable to the construction and the actual
Liquidated Damages will be specified in the actual solicitation.







Zaquette Everett, Contract Specialist, Phone 215-656-6786, Email zaquette.everett@usace.army.mil - Gregory C. Keaton , Contract Officer, Phone 215-656-3826, Email gregory.c.keaton@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP