Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2026 SAM #8824
SOURCES SOUGHT

99 -- Port Monmouth Phase II

Notice Date
1/21/2026 8:38:52 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS26S0013
 
Response Due
2/14/2026 11:00:00 AM
 
Archive Date
03/01/2026
 
Point of Contact
Adrian Stafford-Browne, Nicholas P. Emanuel
 
E-Mail Address
adrian.j.stafford-browne@usace.army.mil, nicholas.p.emanuel@usace.army.mil
(adrian.j.stafford-browne@usace.army.mil, nicholas.p.emanuel@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER, RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A POSSIBLE FUTURE ACQUISITION. The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in Small Business (SB), Small Disadvantage Business / 8(a), certified Historically Underutilized Business Zone (HUB Zone), Women Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB), for work on wetland restoration/creation construction contract. The NAICS Code is 237990 (size standard $45 million average annual receipts for preceding three (3) fiscal years). No awards will be made from the responses to this synopsis. No solicitation will be available at this time. Responses will be used to determine appropriate acquisition decisions for a future procurement. A-BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for the Phase II, Contract 1 (Mitigation) of the Port Monmouth Hurricane and Storm Damage Reduction Project in Middletown Township, Monmouth County, New Jersey. A. The Port Monmouth project includes shore protection components (Phase 1) as well as flood risk management components (Phase II). The project provides for reduction of storm damages to low-lying residential and commercial structures from coastal erosion, tidal flooding, and inland flooding along Pews and Compton Creeks caused by high surface events in Raritan Bay. Phase II flood risk management components consist of a tide gate, levees, floodwalls, two pump stations, three road closure structures, road raising and regarding, and wetland mitigation. The State of New Jersey, acting through the New Jersey Department of Environmental Protection (NJDEP), is the non-Federal sponsor for the project. B. This Market Survey is for the construction of Phase II, Contract 1 - mitigation only. This design-build construction contract scope includes the design and construction services of forested and emergent wetlands at the Pews site, scrub-shrub and herbaceous tidal wetlands at the Compton Creek site and purchase of wetland mitigation bank credits. The magnitude of the Phase II Contract 1 Mitigation project is between $15 Million and $30 Million. Duration of construction will be approximately 746 calendar days after Notice to Proceed (NTP). The NTP is anticipated to occur approximately in June 2026. B-OPERATIONAL CONSTRAINTS The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project. This includes paying all fees and obtaining all permits required for the work. The Contractor shall prepare and submit a site-specific safety and health plan to the government for approval prior to mobilization. C-SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors� project execution capabilities. Please provide your response to the following questions. At the end of this survey, you will be asked to provide any comments. General The proposed project is for Construction of Phase II Contract 1: 1. Description of project: Design and Construction of 2 wetland mitigation sites. The proposed project is for �Heavy Construction�. 2. The North American Industry Classification System (NAICS) code is 237990 � �Other Heavy and Civil Engineering Construction�. The Small Business Size standard is $45,000,000. 3. The following information is required from interested sources- (1) Name of firm with address, phone, , point of contact and email address. (2) Identification and verification of the company as a SBA SB, SDB, WOSB, SDVOSB, and/or HUBZone. This may be provided using your www.SAM.gov report. (3) A CAGE Code and System for Award Management Unique Entity Identifier (SAM UEI) Number for the firm. (4) Statement of Interest: Would you be willing to bid on the project described above? Please provide a brief description. If the answer is no, please explain why not. (5) If you were to bid, would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s), or as a joint venture? (6) Is there a dollar limit on the size contract that you would bid? (7) What are the largest construction contracts (in dollar amounts) on which you were the prime contractor? (8) Qualification Criteria: Responses to this Source Sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Firms should respond to this notice by providing at least three (3) relevant projects that the firm performed as a Prime Contractor. No more than five (5) relevant projects can be submitted as Past Experience. Firms SHALL provide the dollar value of past relevant projects that the firm performed. Also include: (i) Forecasted use of materials, equipment including land-based equipment and water and storage location if applicable; (ii) Capabilities and Capacity for intended operations. (9) What is your bonding capacity per contract? What is your total bonding capacity? (10) The interested contractor should list the percentage and type of work that they will self-perform. 4. Contractor�s Comments or Recommendations Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This Sources Sought neither constitutes a Request for Proposal (RFP) or Request for Bid (RFB), nor does it restrict the Government to an ultimate acquisition approach. The Government should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submit Survey Questionnaires to: Attn: Nicholas Emanuel, CENAN CT, US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278 Email: Nicholas.P.Emanuel@usace.army.mil Survey Questionnaires will not be accepted after 4:00 pm on the original response date shown in the advertisement in the System for Award Management (SAM.gov). If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will be moved to the next business day. Firms responding to this source sought announcement, who fail to provide ALL the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2433df09f59848d8b9045fcfbd96fef6/view)
 
Place of Performance
Address: Port Monmouth, NJ, USA
Country: USA
 
Record
SN07692997-F 20260123/260121230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.