Sources Sought PLA Fire Island Inlet to Montauk Point (FIMP) 7a
ID: W912DS26S0006Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Residential Remodelers (236118)

PSC

REPAIR OR ALTERATION OF FAMILY HOUSING FACILITIES (Z2FA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a market survey for the Fire Island Inlet to Montauk Point (FIMP) Contract 7a, which focuses on nonstructural elevation measures in Suffolk County, New York. This project aims to elevate, acquire, and floodproof over 4,000 structures within the 10-year floodplain in the Towns of Babylon and Brookhaven, involving tasks such as utility disconnection, excavation, and reconnection. The government is particularly interested in gathering public comments on the use of Project Labor Agreements (PLAs) to assess their potential impact on various factors including economy, efficiency, and small-business utilization, as part of its acquisition strategy. Interested parties can reach out to Michael McCue at michael.l.mccue@usace.army.mil for further information regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) is conducting a market survey for the Fire Island Inlet to Montauk Point (FIMP) Contract 7a – Nonstructural Elevation IDIQ Project in Suffolk County, NY. This notice, primarily for market analysis, seeks information on the use and benefits of Project Labor Agreements (PLAs) for future acquisition strategies. The project involves nonstructural measures like elevating, acquiring, and floodproofing over 4,000 structures within the 10-year floodplain in the Towns of Babylon and Brookhaven. The scope includes design for new foundation systems and construction work such as utility disconnection, excavation, structure elevation, and utility reconnection. The government is interested in public comments on PLAs, addressing their impact on economy, efficiency, labor stability, safety, cost, and small-business utilization, in accordance with Executive Order 14063 and FAR Subpart 22.503. Responses will help determine if PLAs will be required for this project, which has a NAICS Code of 236118 (Other Residential Remodelers).
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought - Fire Island Inlet to Montauk Point (FIMP) 7a
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking qualified small businesses for the Fire Island Inlet to Montauk Point (FIMP) Contract 7a, a nonstructural home elevation project in Suffolk County, New York. The objective is to elevate 10 to 15 homes to the Design Flood Elevation to mitigate flood risk, with an estimated construction cost ranging from $2 million to $45 million, encompassing initial screening, design, construction, and post-construction activities while adhering to various building codes and addressing site-specific challenges. Interested contractors, particularly those certified as 8(a), HUBZone, or Service-Disabled Veteran-Owned Small Businesses, must submit a confidential survey detailing their qualifications and approach by November 24, 2025, to inform future acquisition strategies. For further inquiries, contact Michael McCue at michael.l.mccue@usace.army.mil.
    Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project, which aims to enhance coastal resilience in Montauk, New York. This two-phase design-build solicitation requires offerors to demonstrate relevant specialized past experience and past performance in their proposals, with a focus on qualifications in residential structure elevation and design-build projects. The selected contractor will be responsible for developing a technical approach that streamlines construction and effectively manages resources, with detailed project timelines and risk mitigation strategies. Interested parties should contact Michael McCue at michael.l.mccue@usace.army.mil for further information, and must adhere to strict submission guidelines for their proposals, which will be evaluated based on the outlined criteria.
    Exchanges with Industry Before Receipt of Proposals - Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking industry feedback for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project, specifically Contract 6b. This design-build contract aims to elevate up to 67 nonstructural homes to their Design Flood Elevation, encompassing design completion, construction, and permit acquisition, with an estimated project value between $25 million and $100 million. The initiative is crucial for enhancing flood resilience in Suffolk County, NY, and the feedback gathered will inform future procurement methodologies, as no awards will be made from the responses. Interested parties can reach out to Michael McCue at michael.l.mccue@usace.army.mil for further information.
    Sources Sought for Project Labor Agreements (PLAs): 9 Mile Pump Station
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the potential use of Project Labor Agreements (PLAs) for the 9 Mile Pump Station project in St. Clair Shores, Michigan. The objective is to gather comments from the construction community regarding the feasibility of PLAs and to assess the local labor market's recent construction history, as the project involves constructing a high-capacity stormwater pump station with an estimated cost between $25 million and $50 million. PLAs are significant for large-scale federal construction projects, as they establish employment terms and conditions, promoting efficiency in procurement. Interested parties should direct their comments and inquiries to Michelle Barr or Lisa May via email, with the anticipated solicitation expected in summer 2026 and a project duration of over 18 months.
    NPS Beach Channel Drive Bulkhead
    Buyer not available
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    PLA – Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Buyer not available
    The U.S. Army Corps of Engineers, Honolulu District, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLAs) for the large-scale construction project titled "Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580" in Oahu, Hawaii. This design-bid-build project involves drilling four wells approximately 800 feet deep and 24 inches in diameter, with the goal of managing peak water demand at Schofield Barracks during the summer months. The project is significant, exceeding $35 million, and is subject to new regulations mandating the use of PLAs for federal construction projects of this scale starting January 22, 2024. Interested parties are invited to submit their comments and responses to specific questions regarding the use of PLAs by January 5, 2026, at 2:00 p.m. Hawaii Standard Time, via email to Christie Lee and Jennifer Ko, with the notice identification number W9128A-26-Z-0003 included in the subject line.
    PLA Market Survey - Fort Hunter Liggett, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is conducting a Project Labor Agreement (PLA) Market Survey for a significant construction project at Fort Hunter Liggett, California. The project involves modernizing the potable water transmission and storage infrastructure, which includes installing a new 5.25-mile transmission line, constructing two new storage tanks, building an access road, and upgrading existing well facilities, with an estimated cost exceeding $35 million. The survey aims to gather insights from the construction community regarding the potential use of PLAs to enhance efficiency and labor stability for this large-scale project. Interested parties are encouraged to submit their comments and feedback via email to Adam M. Brooks by 2:00 PM Eastern Standard Time on December 16, 2025.
    Mordecai Island Ecosystem Restoration, Breakwater Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Philadelphia District, is seeking qualified marine construction industry contractors for the Mordecai Island Ecosystem Restoration project, specifically for the construction of a 3,000 linear foot rubble mound breakwater. The primary objective of this procurement is to mitigate erosion along the northwest side of Mordecai Island, which involves in-water construction techniques and adherence to environmental standards. This opportunity is critical for maintaining the integrity of the island's ecosystem and navigation channels in Barnegat Bay, New Jersey. Interested contractors are invited to attend an Industry Day on November 18, 2025, and must submit their qualifications by December 5, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, with an estimated project value between $1 million and $5 million.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This large-scale construction project, with an estimated cost between $100 million and $250 million, aims to establish a consolidated facility that includes various operational spaces and infrastructure necessary for security forces operations. The use of PLAs is intended to promote efficiency and stability in labor relations for such significant federal projects, as mandated by Executive Order 14063. Interested parties are required to submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages and include relevant contact information.
    West Shore Lake Pontchartrain WSLP 114
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), New Orleans District, is soliciting bids for the West Shore Lake Pontchartrain Hurricane and Storm Damage Risk Reduction Project, specifically for the Reserve Relief & I-55 Pump Stations and Drainage Structures (WSLP-114) in St. John the Baptist Parish, Louisiana. This procurement involves extensive construction work, including clearing, grubbing, and the construction of various civil, mechanical, and electrical installations, with an estimated contract value between $250 million and $500 million. The project is critical for enhancing flood management and infrastructure resilience in the region, addressing the ongoing risks associated with storm damage. Interested contractors must submit their bids by December 17, 2025, at 9:30 AM CST, with a virtual bid opening scheduled for the same day at 10:30 AM CST. For further inquiries, contact Amy C. Feemster at amy.c.feemster@usace.army.mil or 504-862-2002.