Contract 4B, Port Monmouth Hurricane and Storm Damage Reduction Project
ID: W912DS24B0014Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers, New York District, is seeking bids for the Port Monmouth Hurricane and Storm Damage Reduction Project, specifically for Phase II, Contract 4B, located in Middletown Township, New Jersey. The project involves the construction of floodwalls, levees, drainage systems, and the management of contaminated materials, with a total estimated cost between $50 million and $75 million. This initiative is critical for enhancing coastal resilience against storm damage, reflecting the federal government's commitment to protecting vulnerable communities. Interested small businesses must submit their bids by 2:00 PM EDT on September 25, 2024, and can direct inquiries to Ivan V. Damaso at ivan.d.damaso@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Port Monmouth Phase II Contract 4B in New Jersey outlines the scope and requirements for constructing floodwalls, retaining walls, earthen levees, and drainage features in Port Monmouth, within a specified timeframe of 730 to 1,100 calendar days post receipt of the Notice to Proceed. The contractor must start work within five days and is responsible for ensuring completion and pre-existing conditions are maintained or improved. The total project is valued between $25 million and $100 million. Strict protocols for protecting existing works, managing excavation, and notifying appropriate authorities before commencing work are highlighted. Furthermore, contractors are advised not to cause damage outside the authorized construction area and to obtain necessary permits for any excavation. This document serves as a guide to ensure that the project adheres to federal regulations and local government standards while outlining the responsibilities and considerations for the construction contractor.
    The Port Monmouth Phase II Contract 4B in New Jersey outlines terms for mobilization and demobilization, payment schedules, and specific job payment items related to construction and infrastructure improvements. Mobilization costs encompass preparatory work and necessary facility setup complying with local, state, or federal regulations. The contractor is responsible for site restoration and removal of grade stakes as a public safety measure. Payment structures include a lump sum for mobilization and detailed itemization for various tasks, such as constructing floodwalls and levees, drainage systems, and road closure gates. Each job item requires a comprehensive understanding of associated costs and includes specific measurement criteria. The project emphasizes accountability in equipment handling and worker safety while adhering to rigorous environmental protection standards. Additionally, it includes options for handling contaminated materials and securing necessary credits for wetland mitigation, highlighting the importance of regulatory compliance throughout the project's execution. This document serves as a foundational guide for contractors to ensure all aspects of the project are addressed, from initial setup to completion, reflecting the complexities involved in federally and state-funded infrastructure projects.
    The Port Monmouth Phase II Contract 4B outlines the requirements for temporary construction facilities and controls for a project in New Jersey. It includes mandatory approvals for construction plans related to site layout, traffic control, cybersecurity, and backflow prevention. Key elements include establishing a construction site plan, maintaining safety standards, implementing temporary signage, and coordinating activities with other contractors. The contractor must provide necessary utilities, maintain proper sanitation, and ensure effective traffic management throughout the project's duration. Compliance with federal and state regulations, including cybersecurity measures, is emphasized to ensure a secure operational environment. Procedures for ongoing monitoring and emergency preparedness are also outlined, ensuring that the contractor adheres to safety guidelines while mitigating impacts on public access and the surrounding environment. This document serves as a critical guide to ensure that construction operations progress smoothly while safeguarding personnel, infrastructure, and community interests.
    The Port Monmouth Phase II Contract 4B amendment outlines requirements for temporary construction facilities and controls during the project in New Jersey. Emphasizing adherence to specific codes and standards, it encompasses references such as NFPA guidelines and AWWA specifications. Key components include submission of construction site and traffic control plans, establishment of access areas, and coordination of trades. Safety measures mandate backflow preventer certification and stringent cybersecurity compliance for contractor-owned computers and networks. Temporary facilities must adhere to specific guidelines for storage, sanitation, utility services, and traffic control measures, especially regarding access to the Henry Hudson Trail. The document reinforces the contractor's responsibilities for maintaining traffic flow, ensuring safety, and managing site cleanup and restoration throughout the construction period, detailing specific actions for compliance and audits. Overall, this comprehensive plan ensures safe, effective project execution aligned with federal and local regulations.
    The Port Monmouth Phase II Contract 4B outlines the procedures for excavating and managing contaminated materials in Middletown Township, NJ. Key tasks include identifying, excavating, and temporarily storing contaminated soil and groundwater, specifically addressing polynuclear aromatic hydrocarbons and various metals that exceed NJDEP standards. A Licensed Site Remediation Professional (LSRP) must oversee the project, ensuring compliance with environmental regulations and facilitating necessary permits. The excavation process involves pre-excavation sampling for health and safety assessments, post-excavation confirmation sampling, and documenting all activities and findings in a Closure Report. Contaminated materials must be stored correctly to avoid environmental exposure, with detailed procedures outlined for sampling, storage methods, spill response, and documentation. The emphasis on stringent regulatory compliance and thorough reporting illustrates the project's commitment to environmental protection and remediation under applicable state and federal guidelines. This document represents a crucial aspect of federal and state local RFPs focused on managing contaminated sites effectively.
    The Port Monmouth Phase II Contract 4B, NJ, outlines the requirements for the painting of hydraulic structures, including floodwalls and retaining walls. The contract emphasizes surface preparation, application of coatings, and safety protocols adhering to various safety and health standards. Included are references to industry standards by organizations such as ASTM and SSPC. Key points include the need for a comprehensive safety plan addressing worker protection, especially during abrasive blasting and confined space operations. A Medical Surveillance Plan is mandated, requiring assessments for employees exposed to hazardous materials. Environmental protection measures are also crucial, particularly in preventing contamination of water bodies by lead-containing paint debris. The document details specific paint formulations and application techniques, highlighting necessary conditions such as temperature and surface readiness before painting. It mandates the submission of numerous documents for government approval, ensuring compliance with health, safety, and environmental regulations throughout the project execution. Overall, the purpose of the document is to establish guidelines for safely and effectively executing a painting project for hydraulic structures while complying with federal and local regulations and standards.
    The Port Monmouth Phase II Contract 4B Amendment 0006 outlines specific requirements for the installation and management of metal sheet piling made from steel Type PZ22, Grade 50 A572. Payment for various forms of sheet piling—furnished, installed, and pulled—will be calculated on a linear foot basis, with detailed measurement standards outlined. The document details payment conditions, measurements for installed, removed, and cut-off sections, along with classification of payments for splices and removal operations. Quality assurance guidelines stipulate material certifications, interlock tension tests, and proper storage and handling to prevent damage. It also mandates submittals for shop drawings, product data, and driving records, which must be reviewed and approved by government officials. Safety and structural integrity protocols during installation involve comprehensive inspection requirements and clear records of driving operations. By providing thorough specifications, the document seeks to ensure that foundational work meets environmental and engineering standards critical for the completion of coastal protection initiatives under government contracts. Such careful detailing is essential to achieving compliance with regulatory measures within RFPs and grants at various governmental levels.
    The Port Monmouth Phase II Contract 4B in New Jersey outlines specifications for the installation and management of H-piles, a crucial component for deep foundation construction. The document includes detailed references to relevant standards, required submittals, and materials specifications, ensuring compliance with the American Welding Society and ASTM standards. The contract stipulates procedures for the delivery, storage, and handling of piles to prevent damage, allows for inspections, and mandates documentation of pile driving operations. Key elements include the requirements for pile driving equipment, installation practices, and stringent testing protocols, including dynamic and static load tests to validate the integrity and capacity of the piles. It specifies submission timelines for various reports and outlines the corrective actions for any discovered defects. Overall, the document emphasizes the importance of precise execution and thorough testing in foundation work to meet safety and design specifications effectively, ensuring the structural integrity of the construction project.
    The Port Monmouth Phase II Contract 4B in New Jersey outlines specifications for wetland vegetation planting. The main aim is to implement environmentally responsible practices in the selection, delivery, and installation of plant materials to restore wetland habitats. The project requires plants from local, NRCS-approved nurseries, ensuring they are acclimated to local salinity conditions. Strict guidelines dictate the care, handling, and installation of plants, including quality assurance measures and maintaining water quality during irrigation. The contractor must submit detailed planting plans, product data, and quality control records to the contracting officer for approval. Planting operations must be executed manually, with heavy equipment prohibited post-grading. There's a significant focus on protecting preserved areas and necessitating a two-year survival guarantee of at least 85% for the planted materials. Potential natural disturbances, such as herbivory or disease, will not excuse non-compliance with survival requirements. In summary, this document serves to ensure a meticulous, scientifically backed approach to ecological restoration, with comprehensive requirements to safeguard the installation process and promote the sustainable growth of vegetation in the specified wetlands, reflecting the government’s commitment to environmental preservation through federally funded projects.
    The Port Monmouth Phase II Contract 4B outlines the specifications for the installation and maintenance of a sanitary sewer system in New Jersey. It includes the construction of 8 and 30-inch ductile iron sewer pipelines, necessary appurtenances, protective measures for materials, and quality assurance protocols. The document emphasizes compliance with various American Water Works Association (AWWA) and ASTM standards, focusing on material specifications and installation procedures. Key tasks include installing pipelines, managing existing conditions, and ensuring field tests are conducted to confirm system integrity. Provisions for bypass pumping to maintain uninterrupted sewer service during construction activities are also detailed, along with the responsibilities surrounding any potential wastewater spillage. The requirement for documentation, such as "As-Built Drawings" and video inspections of the installation, is highlighted to ensure compliance with local authority standards. This RFP serves to facilitate an effective, safe, and compliant public sanitation project, demonstrating adherence to federal grants and contractual obligations dictated by local governance.
    The Contract Specialist has announced that Amendment 0002 is still under legal review and will be posted on SAM.gov when available, addressing RFIs submitted on or before July 10, 2024. The Bid Opening Date will likely be postponed to July 30, 2024, and while the Government may address RFIs sent after the July 10 deadline, there is no obligation to do so. This update serves as an informal notification to help prepare interested parties.
    This document outlines engineering details for the Raritan Bay and Sandy Hook Bay Hurricane and Storm Damage Reduction project, specifically Phase II, Contract 4B, located in Port Monmouth, NJ. It includes specifications for drainage structures and proposed alterations to the existing infrastructure, aiming to enhance flood control measures. Key elements consist of proposed locations for drainage structures, culvert details, and construction limits. Coordination between new constructions, such as swales and gates, and existing trails is noted to ensure effective integration. Various sheets referenced provide further details on specific components, including addressing existing conflicts during construction. The file serves as part of government requests for proposals related to environmental safety and disaster preparedness, emphasizing detailed planning and regulations compliance essential for public works projects. Overall, the document illustrates the federal effort to improve infrastructure resilience against natural disasters while adhering to required engineering standards.
    The document outlines the proposed construction plans for the Port Monmouth, NJ, flood protection project, specifically focusing on the Raritan Bay & Sandy Hook Bay Hurricane and Storm Damage Reduction Phase II, Contract 4B. Key components include the replacement of existing sewer infrastructure, the installation of overflow culverts, and the proposed grading and drainage modifications to improve flood management. It details various construction features such as boring locations, culvert dimensions, and drainage structures. The contractor is responsible for debris removal and adjusting existing structures to prevent conflict with the project alignment. Numerous references are made to additional sheets for detailed information on designs, specifications, and construction notes. The document serves as a technical guide for contractors engaged in ensuring effective flood mitigation while complying with state regulations and project specifications.
    The document outlines the engineering and construction specifications related to the installation of three 18-inch reinforced concrete pipe (RCP) culverts at Campbell Avenue as part of a federal project aimed at hurricane and storm damage reduction in the Raritan Bay and Sandy Hook Bay areas. It details excavation and backfill limits, riprap installation along the swale, and the necessary grading adjustments to accommodate the culverts. The file also references support of excavation (SOE) requirements and the specified management of materials recovered during the over-excavation process. The document includes various construction profiles, elevations, and cross-sectional representations to ensure compliance with engineering standards. Emphasizing environmental considerations, it mandates that materials are disposed of offsite while adhering to guidelines for earthwork and drainage. The overall objective of these specifications is to enhance infrastructure resilience against flooding and related challenges in coastal New Jersey, following appropriate engineering and regulatory practices.
    The document outlines the technical specifications and construction details for a project related to the Raritan Bay and Sandy Hook Bay Hurricane and Storm Damage Reduction initiative by the U.S. Army Corps of Engineers. It details the requirements for ground preparation, including the density of granular fill material and asphalt layers, compacting standards (to meet ASTM D1557 specifications), and various site cross-sections along specific stations. Key elements such as the use of decomposed granite, compacted base course, and swales for water drainage are mentioned to ensure proper foundation and drainage management. The summary also indicates specific measurements and construction practices, emphasizing adherence to federal standards. Overall, the document serves as a technical guide for contractors involved in the project to reduce the risk of storm damage in the area, highlighting the government's commitment to infrastructure and disaster resilience.
    The document outlines specifications for the construction project associated with the Raritan Bay and Sandy Hook Bay Hurricane and Storm Damage Reduction initiative, specifically for Phase II, Contract 4B, overseen by the U.S. Army Corps of Engineers in New York District. It details the preparation of the project site through various construction processes, including the over-excavation and compaction of the existing soil, installation of granular fill material, and a typical pavement section design for the Henry Hudson Trail. Key elements include the requirement to compact the Aggregate Base Course and Select Granular Fill Material to specified levels according to industry standards (ASTM D1557). Cross-sections of the site from stations 21+00 to 24+00 are provided, indicating proposed elevations and materials, such as asphalt and decomposed granite. Notable details also include dimensions and site-specific parameters, emphasizing adherence to environmental protections and quality assurance. Overall, the document serves as a technical guide and specification detail essential for contractors bidding on the project, ensuring compliance with federal construction standards and facilitating efficient implementation of the storm damage reduction measures.
    The document outlines specifications for soil erosion and sediment control measures as part of the U.S. Army Corps of Engineers' Phase II project for Hurricane and Storm Damage Reduction in Port Monmouth, NJ. It details various types of inlet filters and sediment barriers, including Type 1 and Type 2 inlet filters, and hay bale sediment barriers. The instructions emphasize proper installation techniques to ensure effectiveness, such as preventing water from bypassing barrier ends, anchoring hay bales with stakes, and regularly inspecting and replacing barriers as needed. Key construction details include the use of specific materials and dimensions for bags and barriers, as well as anchoring techniques to enhance stability during heavy rainfall. The guidelines stress the importance of maintaining barrier integrity over the project duration. Notably, all installation procedures require adherence to the contracting officer's directives and standards, aiming to mitigate sediment runoff and soil erosion effectively. This document serves as a technical resource for contractors involved in federal projects, ensuring compliance with environmental protection standards.
    The document outlines specifications and details related to the construction and installation of various infrastructural components for the Raritan Bay & Sandy Hook Bay Hurricane and Storm Damage Reduction project in Port Monmouth, NJ. It includes technical specifications for valve boxes and gate valves, emphasizing the use of specific materials such as galvanized steel and concrete. Key components include details on dimensions, tolerances, and fabrication methods for elements like valve box guards and concrete curbs, all in accordance with the Monmouth County Design Standards and New Jersey Department of Transportation regulations. Critical notes detail construction practices, materials required per square foot, and welding requirements. The focus is on ensuring structural integrity, compliance with engineering guidelines, and long-term durability against storm impacts, demonstrating the government's commitment to enhancing coastal safety and infrastructure resilience. Additionally, this documentation serves as part of wider governmental contracting processes, ensuring that projects meet specified standards and support disaster reduction efforts.
    The document outlines construction details for a project involving utility crossings in Port Monmouth, NJ, part of the Raritan Bay & Sandy Hook Bay Hurricane and Storm Damage Reduction initiative. It includes specifications for materials such as dense-graded aggregate, various grades of bituminous concrete, and backfill requirements. Key points emphasize compliance with Monmouth County design standards and OSHA excavation safety requirements. Notably, all trenches must be temporarily paved at the end of each workday and returned to their original condition, including restoring traffic markings and using appropriate materials like topsoil for unpaved areas. Additional technical details include the installation of steel sleeves for sanitary pipe encasements and guidelines for grouting and spacers. The document serves as a crucial reference for contractors, ensuring adherence to technical standards and safety regulations critical for effective project execution within federal and local parameters.
    The document outlines the engineering details for the construction of flood protection structures, specifically a levee and toe drain systems, in Port Monmouth, New Jersey, as part of the U.S. Army Corps of Engineers' Hurricane and Storm Damage Reduction project for Raritan Bay and Sandy Hook Bay. It includes specifications for various materials, such as gravel, sand, and geotextiles, along with dimensions and elevations for installation. Important features include grass-lined swales for water management and the strategic placement of toe drains to enhance drainage efficiency. Additional notes reference sheets for detailed specifications on gabion baskets and wall structures. The project aims to mitigate flooding risks in the protected areas while ensuring compliance with federal engineering standards through proper materials and construction techniques. These elements are essential for maintaining the integrity of flood control measures in light of anticipated storm impacts.
    The document titled "C-513" pertains to the construction details for the Raritan Bay and Sandy Hook Bay Hurricane & Storm Damage Reduction project, managed by the U.S. Army Corps of Engineers, New York District. It outlines specific design features related to the levee, including the structure of swales, drains, and toe drains, emphasizing the necessary materials such as gravel, sand, and clay linings. Key elevations are detailed for various components, including bottom of drains and sheet piles, which are critical for flood control and drainage functionality. The document highlights the importance of various geotechnical aspects, like groundwater management during construction. It also lists references to specific sheets for further design details, ensuring compliance with specifications and proper execution of the project. Overall, this technical document serves as a guideline for contractors to ensure the construction meets federal standards and effectively mitigates storm damage risks.
    The document outlines the planting and maintenance specifications for herbivory fencing associated with a vegetation project in Port Monmouth, NJ, part of a broader effort to reduce hurricane and storm damage in Raritan Bay and Sandy Hook Bay. It details the installation of a deer fence, minimum dimensions for hardwood stakes, mesh openings, and the use of nylon twine for securing the fence. The fencing system is designed to remain undisturbed for a minimum two-year maintenance period to ensure vegetation establishment. Furthermore, it mandates the development of a cell numbering system for monitoring vegetation within fenced areas. The guidelines emphasize the importance of proper planting techniques, soil preparation, and ongoing maintenance to promote healthy growth of nursery-grown shrubs. The document is aimed at contractors engaged in federal and local environmental restoration projects, aligning with federal grant requirements and RFP objectives for ecological preservation and damage mitigation. Overall, it provides comprehensive instructions to support successful implementation of the project while ensuring sustainability and compliance with established guidelines.
    The document outlines the U.S. Army Engineer District's amendment regarding the Hurricane and Storm Damage Reduction project at Port Monmouth, New Jersey. It includes detailed plans and specifications related to site improvements and electrical installations, essential for the infrastructure resilience against storm-related damage. The plans detail the construction measures such as the installation of conduits, transformer setups, and access roads within the designated area. The project file also lists submission dates, scales, and locations alongside reference documentation and drawings. This amendment reflects ongoing federal efforts to enhance coastal protection infrastructure to mitigate impacts from hurricanes and storms, primarily focusing on structural upgrades and comprehensive site planning. This initiative demonstrates the government's commitment to disaster preparedness and improvement of critical infrastructure in vulnerable areas.
    The document outlines the specifications and details for a U.S. Army Corps of Engineers project related to hurricane and storm damage reduction in Port Monmouth, New Jersey. Specifically, it pertains to Phase II, Contract #4B, focusing on Raritan Bay and Sandy Hook Bay. The document includes construction plans, with detailed reference sheets and site plans indicating various elements including conduit placements and landscape features. It was filed under solicitation number W- and was officially issued on April 15, 2015, with the amendment noted in August 2024. The overall objective is to enhance infrastructure to protect against storm damage while ensuring compliance with federal engineering standards. The inclusion of precise design details and construction specifications indicates the project's technical nature and adherence to regulatory protocols, essential for ensuring environmental and public safety during construction activities. The document serves a crucial role in coordinating efforts for disaster preparedness and resilience in coastal areas.
    The document relates to a solicitation by the U.S. Army Corps of Engineers, specifically for the Phase II - Contract #4B project aimed at hurricane and storm damage reduction in Port Monmouth, New Jersey. It features detailed site plans and specifications, including electrical and structural components relevant to the construction of flood protection infrastructure. The plan includes particulars such as the layout of access points, installation of electric sluice gates, and specifics about conduit types and floodlights. The overall purpose is to enhance flood resilience in the area, particularly through the construction of floodwalls and the installation of electric gates to manage water levels effectively. This document serves as a technical guide for contractors bidding on the project, providing essential information on design and operational requirements. The timeline indicates an amendment to the project was issued in August 2024. This initiative emphasizes the federal government's commitment to protecting vulnerable coastal communities against severe weather events.
    The document outlines the U.S. Army Corps of Engineers' solicitation for Phase II, Contract 4B, focused on hurricane and storm damage reduction at Port Monmouth, NJ. It includes detailed drawings and plans for various components of the project such as floodwalls, drainage structures, landscaping plans, and site profiles. The extensive drawing index serves as a reference for contractors, showcasing over 70 distinct sheets covering essential plans, specifications, and structural details necessary for the construction and implementation phases. Key elements include site development, topographical surveys, flood gate details, and erosion control measures, which facilitate effective project execution in response to storm vulnerabilities. This contracting opportunity emphasizes collaboration with various stakeholders to enhance infrastructure resilience against future storm events. The thorough presentation of specifications indicates a pressing need for qualified bids to ensure the project's success within regulatory and safety frameworks.
    This document outlines the contractor's work limits and requirements for a construction project related to hurricane and storm damage reduction in Port Monmouth, New Jersey, under the jurisdiction of the U.S. Army Corps of Engineers. It specifies the establishment of soil and erosion control measures before major construction begins, linking to standards and guidelines relevant to New Jersey. The landscaping plan includes details on various plantings such as native grasses and shrubs, which require fencing to protect against herbivory. Additionally, references to specific drawings and sheets are included to ensure compliance and facilitate coordination among contractors. The purpose of this file is to ensure that environmental protections and design standards are followed during the construction phase, ultimately contributing to the sustainability and resilience of the project site.
    The document outlines plans for Phase II, Contract 4B of the Raritan Bay and Sandy Hook Bay Hurricane and Storm Damage Reduction project, managed by the U.S. Army Corps of Engineers. It includes engineering specifications and construction details pertinent to drainage structures, erosion control, and landscaping in Port Monmouth, NJ. Key elements involve the installation of 18-inch reinforced concrete pipes (RCP), the establishment of permanent easements, and the implementation of soil and erosion control measures following New Jersey standards. A planting legend denoting turf and native grasses is included, along with fencing measures to protect new plantings from herbivory. The document emphasizes adherence to environmental controls and tree survey requirements, ensuring compliance with regulations during the construction process. It serves as a crucial reference for contractors involved in the project, detailing specifications necessary for successful execution while maintaining ecological integrity.
    The document outlines the specifications for the U.S. Army Corps of Engineers' Phase II Contract 4B project focused on Hurricane and Storm Damage Reduction in Port Monmouth, New Jersey. It serves as a formal Invitation for Bid (IFB No. W912DS24_XXXX) and includes a comprehensive project table of contents structured into several divisions, detailing procurement, contracting requirements, and technical specifications. Key sections cover areas such as earthwork, concrete, metals, environmental controls, and utilities, which are crucial for executing the project. Essential tasks involve measurement and payment processes, project scheduling, submittal procedures, and safety protocols. The project requires quality control measures and incorporates stormwater pollution control to mitigate environmental impact. Safety compliance and effective waste management are emphasized throughout the project framework. By addressing these foundational aspects, the project aims to improve coastal resilience and infrastructure integrity against future storms, reflecting the federal government's commitment to disaster preparedness and environmental stewardship.
    The document provides an overview of the U.S. Army Corps of Engineers' project focused on hurricane and storm damage reduction in Raritan Bay and Sandy Hook Bay, specifically in Port Monmouth, NJ. It outlines detailed engineering and construction specifications for a floodwall, emphasizing various structural elements and materials, including concrete, sheet piles, and drainage systems. Monthly weather data for Sandy Hook, encompassing rainfall and temperature statistics, is presented to inform environmental considerations during construction. Notably, the contractor is mandated to adhere to all necessary federal and state environmental regulations. The document serves as a comprehensive reference for bidders and contractors, detailing requirements for construction processes and ensuring compliance with engineering standards for effective flood protection. This initiative aligns with federal grant objectives and local RFP standards aimed at mitigating future storm impacts.
    The government document outlines the structural and design specifications for hydraulic structures associated with the Raritan Bay and Sandy Hook Bay Hurricane and Storm Damage Reduction project. Primary focus areas include material standards as per ASTM guidelines, reinforcement and construction methods for cast-in-place concrete, and the requirement for all constructions to maintain dry conditions during build-out. The contractor is responsible for verifying elevations, maintaining water-free excavations, and coordinating utility locations through the concrete. Specific design loads are highlighted, such as wind, seismic, and flood loads, with particular weight estimates for closure gates specified. References to numerous governmental engineering manuals and codes underscore the technical nature of the project. Overall, this document serves as a detailed framework to guide contractors in fulfilling their obligations under the RFP, emphasizing safety, compliance, and structural integrity throughout the construction process.
    The document outlines technical specifications for the construction of flood protection infrastructure in Port Monmouth, NJ, as part of the Hurricane and Storm Damage Reduction initiative led by the U.S. Army Corps of Engineers. It focuses on drainage structures and the floodwall construction, detailing various elements such as monoliths, pile load testing, and the requirements for driving piles, including considerations for existing sanitary sewer lines. Key points include the introduction of monolith structures with specific expansion joint placements, as well as notes regarding pile testing, emphasizing the necessity for contractors to verify site conditions and adjust pile lengths accordingly. The document specifies distances related to floodwall segments and includes critical engineering measurements necessary for building integrity and flood resilience. Overall, this technical document serves to guide contractors and engineers in executing a complex infrastructure project aimed at mitigating flood risks in the area, ensuring compliance with federal standards for safety and structural effectiveness while addressing local environmental concerns.
    The document outlines the specifications for the Campbell Closure Gate Foundation Plan, part of the Hurricane & Storm Damage Reduction project in Raritan Bay & Sandy Hook Bay, Port Monmouth, NJ, overseen by the U.S. Army Corps of Engineers, New York District. It details the design of the roller gate system, including dimensions, materials, and structural requirements. Key elements include the foundation plan, which specifies vertical bearing bars, sealing plates, and winching equipment necessary for operation. Additionally, it notes the requirement for contractors to verify existing sanitary sewer lines before pile driving and assumes that specific pile lengths will exceed a specified depth for robust construction integrity. The document further emphasizes adherence to general notes and includes schematics and layouts for construction phases. This project exemplifies the federal initiative to enhance coastal resilience and protect infrastructure against storm damage through careful engineering and planning.
    This document outlines Amendment 6 for a project managed by the New York District of the U.S. Army Corps of Engineers, focusing on the Hurricane and Storm Damage Reduction efforts at Port Monmouth, NJ. The primary purpose is to detail the specifications for the construction of a Broadway Closure Gate, designed to protect against flooding. It includes engineering schematics and foundation plans, emphasizing dimensions for structural components such as concrete platforms, winch systems, and footings. The design features various safety elements like railings and an access ladder, and incorporates specific construction materials, including steel and reinforced concrete. The project signifies significant investment in infrastructure to safeguard the region from storm damage, contributing to broader federal efforts to enhance disaster resilience. The document includes procedural details relevant to contractors and includes several sections that map out engineering logistics essential for the effective implementation of the closure gate system. The comprehensive detailing aligns with government standards for solicitation and contract execution, emphasizing structured planning and execution of federal responsibilities in disaster management.
    The document outlines design specifications and structural details related to the construction of a floodwall under a project managed by the U.S. Army Corps of Engineers, New York District. It includes specific dimensions, material requirements, and construction notes intended for the Raritan Bay and Sandy Hook Bay Hurricane and Storm Damage Reduction project in Port Monmouth, NJ. Key elements include typical floodwall section drawings with relevant elevations, waterstop specifications for joints, and detailed reinforcement bar placements. The document emphasizes the importance of using specified materials, like grade 50 A572 steel for sheet piles and A706 grade 60 rebar for structural integrity. It also highlights the mandates for drainage and concrete cover to mitigate flooding risks. Moreover, it outlines construction methods and stipulations for pile connections and splicing details, ensuring durability against future storm events. Overall, this technical file serves as a foundational guideline for contractors involved in the floodwall construction, illustrating the government’s efforts to enhance coastal resilience through well-engineered flood protection measures.
    The document outlines plans from the U.S. Army Corps of Engineers for the Hurricane & Storm Damage Reduction project at Port Monmouth, NJ, specifically focusing on Phase II, Contract 4B. It includes detailed structural specifications for floodwall and gate constructions, emphasizing the use of H-Piles for foundation support, with precise elevation levels and reinforcement guidelines. Noteworthy structural elements include various measurements of gates and floodwalls to mitigate storm damage effectively. The document stresses the materials to be used, specifically grade 50 A572 steel for sheet piles, and addresses construction methods, like the requirement for fixed connections at piles and proper spacing for reinforcing bars. Furthermore, the report indicates required finishes such as anti-graffiti coatings and necessary clear intervals for construction purposes. This submission illustrates a well-defined strategy for enhancing infrastructure resilience against flooding, reflecting the government's commitment to safeguarding communities through systematic and engineered approaches.
    The document outlines a comprehensive engineering plan for the construction of flood protection infrastructure within the Raritan Bay and Sandy Hook Bay areas in Port Monmouth, NJ, as part of the U.S. Army Corps of Engineers' Hurricane & Storm Damage Reduction initiative. Specifically, it details the specifications for a floodwall that includes structural elements such as T/Gates, floodwall sections, and associated supports with specific elevations and materials. The plan emphasizes engineering standards, including the use of grade 50 A572 steel for sheet piles, minimum concrete cover requirements, and guidelines for reinforcement bar placement. The document comprises various technical drawings and notes on construction practices, adhering to federal safety and environmental regulations. A critical component of this project involves ensuring durable and effective construction methods to fortify the area against storm surges and flooding. The structured layout of the document supports detailed instructions for construction, enabling federal and state agencies, as well as local contractors, to understand and execute the necessary works to achieve the project goals efficiently.
    The document outlines construction specifications for a floodwall system as part of the Hurricane & Storm Damage Reduction project in Port Monmouth, NJ, under the New York District of the U.S. Army Corps of Engineers. It details the engineering requirements, including elevations for various structural components such as gates, walls, and foundations, along with the reinforcement specifications using steel and concrete. Key elements include the design of gate sections, floodwall alignment, and detailed construction notes regarding pile lengths, connections, and embedment requirements. The document emphasizes the use of quality materials, such as grade 50 A572 steel, and outlines critical safety measures like minimum concrete cover and anti-graffiti coatings. The purpose is to ensure that the construction adheres to specified standards for effectiveness in storm damage reduction, reflecting the federal government's commitment to infrastructure resilience in vulnerable coastal areas. The organized format includes notes, detailed diagrams, and section views essential for contractors executing the project, demonstrating comprehensive planning to mitigate risks associated with storm surges.
    The document outlines the specifications and design details pertaining to the construction of a flood wall, specifically for the MCBOA and culvert pipes at a designated station in Port Monmouth, NJ. It is part of the U.S. Army Corps of Engineers' Phase II, Contract 4B, aimed at hurricane and storm damage reduction in the Raritan Bay and Sandy Hook Bay areas. Key elements include precise elevation plans, the installation of concrete cutoff walls, and structural details for pile caps and reinforcement. The contractor is obligated to ensure compliance with utility clearances and construction methods prescribed by relevant authorities while also protecting existing utilities. The document includes notes on material specifications, structural reinforcements, and several references to drawings that detail the construction stages, emphasizing the project's technical complexity and adherence to safety and utility standards. It reflects the agency's broader commitment to infrastructure resilience and disaster preparedness in coastal areas.
    The document outlines detailed specifications for the construction of flood walls as part of the Hurricane and Storm Damage Reduction project in Port Monmouth, NJ, managed by the U.S. Army Corps of Engineers. It includes technical notes on material requirements, such as the use of Grade 50 A572 steel sheet piles and specific reinforcement bar configurations, indicating sizes and spacing for horizontal and vertical bars as well as stirrups. Key elements involve typical flood wall sections, construction joints, and proper embedding of materials to ensure structural integrity. The plan identifies elevations for various components and mandates the application of anti-graffiti coatings on the floodwalls. The sections also detail mandatory construction practices, such as the base requirements and the need for accurate material handling to maintain safety and compliance throughout the project. Overall, this document serves as a comprehensive guideline for contractors engaged in the project phase, ensuring adherence to engineering standards and maximizing flood protection measures.
    The document outlines specifications for a floodwall project in Port Monmouth, NJ, as part of the Hurricane and Storm Damage Reduction efforts by the U.S. Army Corps of Engineers. Key features include details about the construction of batter piles, specifying that the bottom tip elevator should match that of vertical piles, and notes on typical floodwall sections related to closure gates and pipes provided on other sheets. Essential construction parameters are emphasized, such as the requirement for 6" of concrete cover over sheet piling, minimum dimensions for cut holes, and construction materials, including steel grades and dimensions for sheet piling. The document also emphasizes the importance of an anti-graffiti coating for the floodwalls. Overall, this comprehensive technical description serves as guidance for contractors engaged in the federal grant-funded project, integrating structural requirements with flood protection measures.
    The document contains specifications for a construction project related to structural steel sheeting in the context of a hurricane and storm damage reduction initiative at Port Monmouth, NJ, overseen by the U.S. Army Corps of Engineers. It provides detailed guidelines for the installation of sheeting and bracing systems, listing elevations, materials, and structural requirements such as wale and strut sizing. Key construction notes include maintaining existing underground utilities during work, assuring excavation practices do not disrupt operations, and stipulating the removal and installation processes of the steel sheeting. The main goals are to ensure structural integrity during excavation and the safe placement of concrete pipes. This project highlights essential building and safety standards necessary for federal and local government contracts in ensuring compliance with engineering practices and regulations aimed at reinforcing the area's resilience to storm damage.
    The Contract Specialist announced that the Solicitation will not be posted on SAM until next week due to technical issues.
    The Contract Specialist announced that, due to technical issues, the Solicitation will be delayed and will not be posted on SAM until the following week.
    The Contract Specialist announced that the Solicitation and Plans and Specifications are undergoing legal review. They are expected to be released and posted by late next week.
    The Contract Specialist announced that the Solicitation and Plans and Specifications are under legal review and will be posted as soon as available, exclusively on SAM. They aim to release the package this week and appreciate the recipients' patience.
    As of June 10, 2024, the Solicitation and Plans and Specifications are still undergoing legal review, and the Contract Specialist will post them on SAM.gov once available. No additional postings of the Solicitation package will occur elsewhere. The team is working diligently to release the package promptly and appreciates the public's patience.
    The document outlines the comprehensive submittal requirements for the Port Monmouth Phase II Contract 4B in New Jersey, detailing various preconstruction and closeout submittals necessary for adherence to regulatory standards. Key sections include contact personnel details, project schedules, utility documentation, closeout procedures, environmental protection plans, safety measures, and contractor qualifications. It emphasizes the importance of approvals and certifications across various aspects of construction, including quality control, environmental impact assessments, and compliance with health and safety regulations. The document serves as a guideline for contractors to ensure all submissions meet federal and state criteria, facilitating coordination and regulation throughout the project's lifecycle. Overall, it underscores the commitment to thorough documentation and compliance necessary for successful project execution in the context of government contracts and grants.
    The Port Monmouth Phase II Contract 4B in New Jersey, outlined in Amendment 0007, is a comprehensive project addressing various construction and environmental management needs. The document is divided into multiple divisions, detailing procurement requirements, general requirements, existing conditions, and specific construction methods across various materials including concrete, metals, wood, and electrical systems. Key activities include soil sampling, sediment analysis, earthwork, installation of structural elements, utility management, and environmental controls. The project emphasizes safety, quality control, and waste management, adhering to governmental regulations. Noteworthy is the focus on temporary construction facilities, stormwater pollution control, and erosion management, highlighting the commitment to environmental sustainability. Overall, the document serves as a guide for contractors and stakeholders, ensuring structured execution of the project while upholding safety and regulatory standards integral to government contracts and RFPs.
    The Contract Specialist's message provides an update on the procurement process for Contract 4B. Due to ongoing reviews, the bid opening date is postponed until some time in August, with August 4th being mentioned as a placeholder. The specialist acknowledges bidders' interest and appreciates their patience while emphasizing that the posted date is not final. The message also indicates that the upcoming amendment will provide responses to outstanding RFIs and that the contract itself will be posted exclusively on SAM.gov. Bidders are advised to use the delay for their planning and should expect ample time to prepare their submissions.
    The government contract specialist issues an update on the procurement process for Contract 4B. The bid opening date of August 6th is mentioned as a placeholder, indicating a delay while legal and technical reviews are conducted. The specialist assures potential bidders that they will have sufficient notice and time to prepare, as the process is being carefully managed. This informal message provides insight into the ongoing evaluation and upcoming changes to the procurement timeline, offering a courtesy update to maintain transparency.
    The United States Army Corps of Engineers (USACE) is pushing back the bid opening date for its ongoing procurement, expected to occur after August 20, 2024. The upcoming amendment, Amendment 0004, will contain key updates, and the government representative Ivan V. Damaso emphasizes that it should be released today. The procurement itself revolves around unspecified construction or engineering services, with the contract specialist noting the need for a delay in the bidding process.
    The government's upcoming procurement, outlined in Amendment 0005, is shrouded in anticipation as another amendment is expected to follow. The current document invites vendors to bid for the supply of unspecified goods or services, with a particular focus on responding to existing RFIs and those submitted by August 16th. This suggests a thoughtful, iterative approach, as the government seeks concise and missed proposals. The upcoming amendment will likely provide further clarity on the exact nature of the required goods or services, indicating a proactive effort to ensure a comprehensive and well-structured procurement process.
    The communication from the Contract Specialist dated August 23, 2024, announces Amendment 0007, which will be released on SAM.gov this Friday. The primary focus of this amendment is to extend the bid submission deadline to September 5, 2024. Additionally, the specialist notes that at least two more amendments are forthcoming, which will address various Requests for Information (RFIs) submitted by interested parties. The message concludes by expressing gratitude for the recipients' continued patience during this process. This update is significant in the context of government procurement, as it reflects ongoing adjustments to a Request for Proposal (RFP) process, ensuring transparency and responsiveness to stakeholders' inquiries.
    The document is an unofficial communication from the Contract Specialist regarding the amendment process for a government bid. Amendment 0009 is set to be posted on the System for Award Management (SAM) on September 3, 2024. This amendment will reissue the entire bid schedule to correct a minor error and extend the bid opening date. Additionally, it is noted that another amendment responding to submitted Requests for Information (RFIs) will be released later in the week. The purpose of this message is to inform stakeholders of the upcoming changes in order to facilitate their planning ahead of the official announcements. This communication reflects the typical protocols within government Requests for Proposals (RFPs), where transparency and timely updates are crucial for potential bidders to adjust their timelines and submissions accordingly. It underscores the government's commitment to an organized bidding process while addressing minor discrepancies to ensure clarity and compliance in the procurement process.
    The government is currently reviewing Amendment 0010 concerning a Request for Proposals (RFP). This amendment includes changes to the Drawings and Specifications and addresses the submitted Requests for Information (RFIs). Additionally, the bid opening date has been postponed from September 10 by at least one week. If the RFIs are not approved by September 9, the amendment will only extend the bidding timeframe, while responses to the RFIs will be included in a subsequent amendment. The communication aims to inform potential bidders about the timeline and upcoming changes, allowing them to adjust their planning accordingly. The message expresses appreciation for the bidders' patience during this review process. This ensures that all parties remain up-to-date before official announcements are made.
    The contract specialist has announced that Amendment 0011 is forthcoming, which will extend the bid opening date to September 25, 2024. This amendment may only address the date extension if all relevant information is not approved for posting by Monday afternoon; in that case, further details will be included in Amendment 0012. The communication aims to inform interested parties about the imminent changes, allowing them to plan accordingly until official announcements are made. The message reflects the government's approach to transparency and provides updates to assist stakeholders in adapting to new timelines for bid submissions related to federal RFPs and grants.
    The document is an amendment to the solicitation for the Hurricane and Storm Damage Reduction Project Phase II – Contract 4B in Port Monmouth, New Jersey. Its primary purposes include revising certain specification sections, providing government responses to contractor inquiries, and updating the bid schedule and performance period from 730 to 1,100 calendar days. The amendment extends the bid opening date to July 23, 2024, with a cutoff for questions by July 10, 2024. Key changes include confirmed small business set-aside status for the project, revisions to specific bid items, and clarification on bid submission requirements. Additionally, an extensive list of contract line item numbers (CLINs) is provided, detailing services and materials required, including construction of floodwalls, levees, and utility work, along with associated costs and terms. Contractors must submit bids for all items listed; non-responsive bids may be rejected. The amendment highlights the importance of compliance with solicitation revisions to ensure fair bidding procedures and adherence to federal guidelines, reaffirming the project’s commitment to disaster resilience while facilitating the involved contractors' understanding of project scope and requirements.
    This document is a contract amendment for federal solicitation W912DS24B0014, issued by the U.S. Army Corps of Engineers, New York. The primary purpose of the amendment is to postpone the bid opening to July 30, 2024, at 2:00 PM EDT. It states that bidders must acknowledge receipt of this amendment by the specified deadline to avoid rejection of their bids. The amendment outlines changes in the timeline for the response date from July 23 to July 30, 2024, and modifies an aspect of the contract regarding the unit of issue for a specified line item, changing it from "Job" to "Linear Foot." The document emphasizes adherence to formal acknowledgement processes for bidders, ensuring compliance with Federal Acquisition Regulation (FAR) guidelines. Overall, this amendment reflects procedural adjustments within a government contracting context, aimed at maintaining transparency and orderly conduct in the procurement process.
    The document is an amendment to a federal solicitation, primarily extending the bid opening date for contract W912DS24B0014 to August 6, 2024, at 2:00 PM EDT. Bidders are required to acknowledge receipt of this amendment by the specified date to avoid rejection of their bids, as stipulated in the Federal Acquisition Regulation (FAR). The change in the response date reflects a shift from July 30, 2024, to the new date. Key details of the amendment indicate that all other terms and conditions of the initial solicitation remain unchanged. The document provides required procedures for bidders to acknowledge the amendment, either by completing specific items or through separate communication. This modification signifies the ongoing administrative process within federal contracting, illustrating the importance of timely communication and adherence to procedural requirements in public procurement activities.
    This document serves as an amendment to a solicitation for federal contracting, specifically extending the bid opening date from August 6, 2024, to August 22, 2024, at 2:00 PM EDT. It highlights the requirement for bidders to acknowledge receipt of this amendment by the specified deadline to ensure their bids are considered, as failure to do so may result in rejection per federal regulations. The amendment retains all previously established terms and conditions unchanged, except for the date adjustment. The contracting officer's details and instructions for submission and acknowledgment are provided, ensuring clarity for potential bidders. This amendment reflects the U.S. Army Corps of Engineers' administration under contract ID W912DS24B0014 and emphasizes the importance of compliance with bid acknowledgment procedures.
    This document serves as an amendment to the solicitation for a federal contract related to the Hurricane and Storm Damage Reduction Project, specifically Phase II – Contract 4B in Port Monmouth, New Jersey. The amendment outlines revisions to project drawings and specifications, responses to contractor inquiries, and the reissuance of the bid schedule. This project is designated for small businesses, with a bid opening scheduled for August 22, 2024, and a deadline for submitting requests for information (RFIs) on August 16, 2024. Key updates include revised drawings, like S-310, and specifics regarding contaminated materials and excavation processes. A detailed bid schedule lists various items necessary for project execution, including the construction of floodwalls, levees, and utility work, along with corresponding estimated quantities and costs. The document emphasizes the importance for bidders to acknowledge receipt of this amendment and to comply with the outlined terms to avoid bid rejection. Overall, the amendment is crucial for clarifying project specifications and maintaining transparency in the bidding process, ensuring that all potential contractors have the updated information needed for their proposals.
    This document is an amendment to a solicitation for the Hurricane and Storm Damage Reduction Project, Phase II – Contract 4B, Port Monmouth, New Jersey. The primary purpose of this amendment is to update drawings and specifications, respond to bidders' inquiries, and extend the bid opening date to August 29, 2024, at 2:00 PM EDT. Key changes include revisions to several drawing sheets and specifications, incorporation of bidders' questions alongside government responses, and clear instructions for acknowledging receipt of this amendment. Significantly, it clarifies various project details, including the requirements for bypass pumping and specific dimensions for construction. A critical reminder is that bidders must include a bid bond, and amendments are outlined to ensure bidders submit the necessary documentation. The document serves to inform contractors about modifications to the proposal and provide essential clarification on requirements, emphasizing the importance of compliance to avoid rejected bids. The thoroughness of government responses indicates an effort to align bidder expectations with project specifications for successful contract execution.
    This document is an official amendment to a solicitation from the U.S. Army Corps of Engineers regarding an upcoming bid. The primary purpose of this amendment is to postpone the bid opening date, now rescheduled to September 5, 2024, at 2:00 PM EDT. It specifies that all other terms and conditions of the original solicitation remain unchanged. Bidders are required to acknowledge receipt of the amendment by a specified method before the new deadline to ensure their bids are considered valid. Failure to acknowledge may lead to rejection based on federal regulations regarding late bids. The amendment outlines the administrative changes made, emphasizing the importance of timely acknowledgment to avoid complications. This action reflects the agency's need for clarity and adherence to protocols in procurement processes, ensuring transparency and compliance among bidders participating in government contracts.
    This document serves as an amendment to a solicitation regarding the Hurricane and Storm Damage Reduction Project Phase II – Contract 4B in Port Monmouth, New Jersey. The amendment primarily addresses updates to the project’s drawings and specifications, detailing revisions, new additions, and clarifications based on bidder inquiries. Significant changes include the reissuance of various drawings and sections, deletion of certain drawings, and revisions to the specifications without major deletions. The document outlines procedures for bidders to acknowledge receipt of the amendment to avoid bid rejection. It also consolidates responses to bidder questions regarding project specifics, including materials, dimensions, and scope of work. Such inquiries cover aspects like contaminated material management, planting specifications, construction details, and clarification of construction items. The amendment underscores adherence to regulatory and environmental protocols throughout the project's execution. In essence, this summary captures the amendment's critical role in guiding contractors through updated project requirements while ensuring compliance with federal procurement processes and enhancing project clarity.
    The document is an amendment to a federal solicitation issued by the U.S. Army Corps of Engineers for a hurricane and storm damage reduction project in Port Monmouth, New Jersey. The amendment reissues the entire bid schedule and extends the bid opening date to September 10, 2024. It requires bidders to acknowledge receipt of the amendment promptly to avoid rejection of bids. The bid schedule outlines various construction tasks related to the project, including the construction of floodwalls, levees, and other site preparations. Each task includes estimated quantities, unit prices, and descriptions of the work, covering environmental considerations and utility work. Bidder participation is mandatory on all items, and the low bidder is determined by the total of the base and optional amounts. The document highlights the importance of compliance with regulations and proper acknowledgment of amendments to ensure an efficient bidding process. This project signifies the government’s commitment to enhancing coastal resilience through structured and detailed bids for necessary construction work.
    This document is an amendment to the solicitation for the Hurricane and Storm Damage Reduction Project Phase II – Contract 4B in Port Monmouth, New Jersey. It announces modifications including revisions to drawings and specifications, responses to contractor inquiries (RFIs), and an extension of the bid opening date to September 18, 2024, at 2:00 PM EDT. Key changes involve the reissuance of several revised drawings (e.g., G-003, C-103) and the clarification of material specifications and requirements based on bidder inquiries. These inquiries address topics like material application, installation specifications, and project scope, with responses provided for guidance. The amendment also emphasizes the necessity for bidders to acknowledge the updates to avoid bid rejection. The continuity of contract terms and the importance of compliance with updated specifications echo throughout the document, reflecting its objective to ensure clarity and adherence to project requirements for all participating contractors.
    The government file outlines Contract 4B of the Port Monmouth Hurricane and Storm Damage Reduction Project located in Middletown Township, New Jersey. It is set aside for 100% Small Businesses, with a project budget ranging between $50 million and $75 million. Bids are due by 2:00 PM EDT on July 16, 2024, and must be submitted to the U.S. Army Corps of Engineers, New York District. The contractor must also provide an executed Project Labor Agreement within 15 days of bid opening. The contract entails several tasks including the construction of floodwalls, levees, and drainage systems, as well as handling contaminated materials. It requires performance to begin within 5 days post-award and completion within 730 days. Also included are provisions for submitting offers, performance bonds, and specific instructions for bid submissions. With a focus on safety and compliance, the document presents detailed work specifications, ensuring bid submissions adhere to strict guidelines, essential for operational success in federal contracting within the context of disaster resilience projects.
    Lifecycle
    Similar Opportunities
    Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 4 Project
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 4 Project, which involves significant construction efforts aimed at coastal storm risk management. The project encompasses dredging and beach nourishment activities, with a contract magnitude estimated between $25 million and $100 million, and requires adherence to federal labor standards, environmental regulations, and a mandatory Project Labor Agreement. Interested contractors must submit their bids by 2 PM EST on September 17, 2024, and are encouraged to contact Michael McCue at michael.l.mccue@usace.army.mil for further details regarding the solicitation and associated requirements.
    Advance Notice - NPS Beach Channel Drive Bulkhead
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) New York District, is seeking contractors for the Design-Build construction services to replace the bulkhead along Beach Channel Drive at Jacob Riis Park in Rockaway Beach, New York. The project aims to extend the service life of the existing bulkhead, which is approximately 5,300 linear feet, for an additional 100 years, while also repaving the adjacent multi-use trail and replacing damaged storm drain pipes. This project is significant for maintaining the structural integrity of the coastal area and ensuring compliance with various federal, state, and local regulations. Interested contractors should note that the anticipated solicitation will be posted around October 21, 2024, with a project magnitude between $25 million and $100 million, and are encouraged to contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    #3287 MAINTENANCE DREDGING DELAWARE RIVER, FORT MIFFLIN DOCKS & USS NEW JERSEY
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is soliciting bids for maintenance dredging at the Fort Mifflin Docks in Philadelphia, PA, and the USS New Jersey in Camden, NJ, under solicitation number W912BU24B0018. The project involves the removal of approximately 81,000 cubic yards of material from Fort Mifflin and an optional 23,000 cubic yards from Camden, with dredging depths ranging from 16 to 37 feet. This maintenance dredging is crucial for ensuring navigability and functionality of the docks, which are vital for maritime operations in the region. Bidders must submit their offers by September 17, 2024, with an estimated contract value between $5 million and $10 million, and are encouraged to contact Molly Gallagher at molly.gallagher@usace.army.mil for further inquiries.
    WSLP-109 Levee and Floodwall, St. John the Baptiste Parish, Louisiana ED-19-028
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the WSLP-109 Levee and Floodwall project in St. John the Baptist Parish, Louisiana, aimed at enhancing flood protection and storm damage resilience. This construction project involves extensive activities such as levee and floodwall construction, drainage canal excavation, and modifications to existing utilities, with a total estimated cost between $25 million and $100 million. The project is critical for mitigating flood risks in the region and is set aside exclusively for small businesses, promoting federal mandates for small business participation in government contracts. Interested contractors must submit their bids by 10:00 AM CST on September 12, 2024, with the bid opening scheduled for 11:00 AM CST on the same day. For further inquiries, contact Melissa A. Vaughn at Melissa.A.Vaughn@usace.army.mil or 504-862-2762.
    Industry Day Event
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New York District, is hosting an Industry Day on September 25, 2024, to discuss the Fire Island Inlet to Montauk Point (FIMP) Home Elevation Pilot Project, which aims to elevate and floodproof approximately 4,400 homes in Mastic Beach and Frederick Shores, NY. This event will provide businesses with insights into federal contracting opportunities related to the pilot project, including details on project scope, eligibility criteria, and implementation phases. The pilot project is significant as it represents the first contract for home elevations, with construction scheduled to commence in 2026, and it serves as a critical initiative for enhancing community resilience against flooding. Interested participants must register by September 23, 2024, by contacting Zachery Bernard at Zachery.A.Bernard@usace.army.mil, providing their company details and attendee information.
    Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the US Army Corps of Engineers (USACE) New York District (NAN).
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) New York District is conducting a Sources Sought Announcement for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at facilitating construction, renovation, and repair projects at military and federal facilities primarily within New York and New Jersey. This procurement seeks to gather information from both small and large businesses to assess interest and capabilities for executing Design-Build and Design-Bid-Build projects, with anticipated task orders ranging from $10 million to $100 million. The MATOC will encompass a variety of projects, including environmental restoration and infrastructure improvements, with a total shared capacity estimated between $250 million and $495 million over a five-year period. Interested contractors should submit their capabilities packages to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil, with the solicitation expected to be issued around Q1 2025.
    MAINTENANCE DREDGING FORT PIERCE HARBOR 28-FOOT AND 30-FOOT PROJECTS & SHORE PROTECTION PROJECT FORT PIERCE BEACH RENOURISHMENT 2025, ST. LUCIE COUNTY, FLORIDA
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the maintenance dredging of Fort Pierce Harbor and the associated beach renourishment project in St. Lucie County, Florida. The project involves dredging beach-compatible material and constructing a beach berm along approximately 7,000 feet of shoreline, with specific environmental monitoring and compliance requirements. This procurement is crucial for maintaining navigational safety and coastal protection, with an estimated construction value between $10 million and $25 million. Interested vendors must register on SAM.gov to receive updates and submit bids by October 31, 2024, following the anticipated issuance of the Invitation for Bid on September 26, 2024. For further inquiries, contact William Wallace at william.j.wallace@usace.army.mil or Guesley Leger at guesley.leger@usace.army.mil.
    Marine Construction - West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Marine Construction project involving the West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, Massachusetts. The project aims to replace a significantly corroded bulkhead, enhancing the structural integrity of the marine facility, and includes the installation of new steel sheet piles, concrete structures, and associated site improvements. This federal contract, estimated to cost between $5 million and $10 million, requires compliance with various federal regulations and mandates that bids be submitted electronically by September 20, 2024. Interested contractors should contact Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further information.
    New Orleans To Venice, Non-Federal Levee, Mitigation Project, Fritchie Marsh, St. Tammany Parish, LA (ED 20-030)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the New Orleans to Venice Non-Federal Levee Mitigation Project at Fritchie Marsh in St. Tammany Parish, Louisiana. This project involves wetland restoration through borrow dredging from Lake Pontchartrain, requiring the construction of retention dikes and related incidental work, with an estimated construction value between $10 million and $25 million. The project is critical for enhancing infrastructure resilience against environmental challenges, and the total duration for completion is set at 350 days, comprising 255 days for Base Work and 95 days for Optional Work. Interested contractors must submit their bids by September 17, 2024, and can contact Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or Christopher Nuccio at CHRISTOPHER.NUCCIO@USACE.ARMY.MIL for further information.
    Swope Park Industrial Area Floodwall
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Kansas City District, is soliciting bids for the construction of a floodwall at the Swope Park Industrial Area in Kansas City, Missouri. This project involves completing the remaining portion of the unconstructed floodwall, specifically from Station 50+75 to 52+31.25, covering a length of 156 feet. The initiative is crucial for enhancing flood protection in the area and is set aside exclusively for small businesses, with an estimated contract value between $1,000,000 and $5,000,000. Interested contractors must submit inquiries by September 18, 2024, and are encouraged to attend a site visit scheduled for August 29, 2024, at 9 AM. For further information, bidders can contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.