Opportunity

SAM #W912BU26BA021

Market Research for Construction of Cape May Seawall, New Jersey

Buyer

USACE Philadelphia District

Posted

March 25, 2026

Respond By

April 08, 2026

Identifier

W912BU26BA021

NAICS

237990, 237110

The U.S. Army Corps of Engineers, Philadelphia District, is seeking market research responses for the construction of a reinforced concrete seawall in Cape May, New Jersey. - Government Buyer: - U.S. Army Corps of Engineers, Philadelphia District (ENDIST PHILADELPHIA) - Project Scope: - Construction of a reinforced concrete seawall, approximately 525 linear feet - Includes structures monitoring, excavation and sand stockpiling, removal of existing concrete void filler, concrete and reinforcement placement, metal guardrail installation, and surveying - Products/Services Requested: - No specific OEMs, vendors, or part numbers identified - General heavy and civil engineering construction services (NAICS 237990) - Notable Requirements: - Respondents must provide information on relevant past projects, business classification, and bonding capacity - Estimated contract value between $5,000,000 and $10,000,000 - Period of performance is approximately 274 calendar days from Notice to Proceed - No proprietary information to be submitted; specifications will be released with the solicitation - Locations: - Place of performance: Cape May, New Jersey - Contracting office: 1650 Arch Street, 7th Floor, Philadelphia, PA 19103-0000

Description

REQUEST FOR INFORMATION

THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.

This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance.

Requirement:

The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists of the construction of a reinforced concrete seawall, approximately 525 linear feet in length, along Beach Avenue and Wilmington Avenue in Cape May, New Jersey. The estimated magnitude of this project is between $5,000,000 and $10,000,000.

Description:

The contract work consists of construction of a reinforced concrete seawall, approximately 525 linear feet in length, along Beach Avenue and Wilmington Avenue in Cape May, New Jersey.

The major items of work to be performed under this contract include, but are not limited to, the following:

a. Structures monitoring.

b. Excavation and stockpiling of sand.

c. Removal of existing concrete void filler

d. Concrete and reinforcement placement

e. Metal guardrail installation

f. Surveying

The period of performance is approximately 274 calendar days from Notice to Proceed (NTP)

The anticipated North American Industrial Classification System (NAICS) code is 237990, Other Heavy and Civil Engineering Construction, with a SBA Size Standard of $45.0M.

Survey:

The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only prospective contractors capable of performing this type of work should respond to this Request for Information.

Your response to this survey is requested by 1:00 PM Eastern Time, April 8, 2026. Please send by email to Molly Gallagher at Molly.Gallagher@usace.army.mil and Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil. Include in the title "Sources Sought-Cape May Seawall CAP 103 ”as the subject line in email communications. All submitted responses must be in either Microsoft Word or Adobe pdf format. 

1.) Name of your firm:

2.) CAGE/Unique Entity Identifier:

3.) Point of Contact, Phone Number, and E-mail Address:

4.) List three (3) projects completed within ten (10) years of the date of this notice that demonstrates experience, as a prime contractor or subcontractor, for projects of similar scope and magnitude.

     a.) Project Name:

     Contract Number (if applicable)

     Year Completed

     Was the project completed on time?

     Prime or Subcontractor:

     Type and percentage of work self-performed (based on contract value):

     Dollar Amount:

     General description of project:

     b.) Project Name:

     Contract Number (if applicable)

     Year Completed

     Was the project completed on time?

     Prime or Subcontractor:

     Type and percentage of work self-performed (based on contract value):

     Dollar Amount:

     General description of project:

     c.) Project Name:

     Contract Number (if applicable)

     Year Completed

     Was the project completed on time?

     Prime or Subcontractor:

     Type and percentage of work self-performed (based on contract value):

     Dollar Amount:

     General description of project:

5.) Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?

6.) For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14, Limitations on Subcontracting? 

7.) What type of work requirements will you subcontract out to small businesses?

8.) Do you plan to subcontract to only small businesses?

9.) If the answer to question 8 is “yes”, are these small businesses with a sub-category (e.g. e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)

10.) What is your bonding capacity per contract?

11.) What is your aggregate bonding capacity per contract?

12.) If this requirement is advertised, do you anticipate submitting a proposal?

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in