Closed Solicitation · DEPT OF DEFENSE

    – FIRE ISLAND INLET TO MONTAUK POINT (FIMP) CONTRACT 6A – MICROPILOT PROJECT - 8A SET-ASIDE

    Sol. W912DS25S0043Sources SoughtSet-aside: 8(a) Set-Aside (FAR 19.8)NEW YORK, NY
    Closed
    STATUS
    Closed
    closed May 19, 2025
    POSTED
    May 5, 2025
    Publication date
    NAICS CODE
    236118
    Primary industry classification
    PSC CODE
    Z2FA
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers is seeking information from 8(a) small businesses capable of executing the Fire Island Inlet to Montauk Point (FIMP) Micropilot Project, which involves elevating three residential homes in Babylon, New York. Responses are due by May 19, 2025, and should include company details and qualifications. This RFI is for market research only and does not guarantee a contract. Interested firms must be located within 150 miles of Babylon.

    Contract details

    Solicitation No.
    W912DS25S0043
    Notice Type
    Sources Sought
    Set-Aside
    8(a) Set-Aside (FAR 19.8)
    Posted Date
    May 5, 2025
    Response Deadline
    May 19, 2025
    NAICS Code
    236118AI guide
    PSC / Class Code
    Z2FA
    Issuing Office
    W2SD ENDIST NEW YORK
    Primary Contact
    Michael McCue
    State
    NY
    ZIP Code
    10278-0004

    Description

      Request for Information (RFI)

    Subject: Request for Information (RFI) – Fire Island Inlet to Montauk Point (FIMP) Contract 6a – Micropilot Project – 8A Set-Aside located with 150 miles of Babylon, New York

    Date Issued: 5 May 2025

    Response Due Date: 19 May 2025

    Issued By:
    Michael McCue
    Contract Specialist
    Contracting Division
    U.S. Army Corps of Engineers, North Atlantic Division, New York District
    Michael.L.Mccue@usace.army.mil

    1. Purpose of the RFI

    The U.S. Army Corps of Engineers (USACE North Atlantic Division, New York District is conducting market research to identify potential 8A small business sources with the capability to perform the work described in this RFI. This RFI is issued for information and planning purposes only and is not to be construed as a commitment by the Government to issue a solicitation or award a contract. NOTE: USACE is looking for an 8(A) firm located within 150 miles of Babylon, New York.

    The purpose of this RFI is to:

    • Understand the capabilities and qualifications of interested small businesses.
    • Gather feedback on the project scope, anticipated procurement strategy, and potential challenges.
    • Identify potential sources for future procurement opportunities.

    Participation in this RFI is voluntary, and responses will not influence vendor selection for future solicitations.

    2. Background

    The overall FIMP study area generally extends from Fire Island Inlet easterly to Montauk Point along the Atlantic Coast of Suffolk County, spanning a distance of approximately 83 miles, comprising about 70 percent of the total ocean frontage of Long Island. Fire Island Inlet is located about 50 miles by water east of the Battery, New York City.

    The Fire Island Inlet to Montauk Point (FIMP) nonstructural project consists of several contracts which will implement nonstructural measures (elevation, floodproofing, acquisition, or ringwall) for up to 4,432 preliminarily eligible homes within the project area. The nonstructural contract extends along the south shore of Suffolk County for homes that fall within the 10-year floodplain and have not previously received Federal funds for the nonstructural measures.

    The FIMP micropilot project will elevate three (3) single-family residential homes in the Frederick Shores neighborhood in the Town of Babylon.

    3. Project Scope

    The anticipated scope of the project (elevating 3 residential homes in the Frederick Shores neighborhood in the Town of Babylon) includes, but is not limited to:

    • Apply for and obtain permits necessary to construction
    • Coordinate and/or apply for and obtain relevant utility disconnect permits
    • Implement the home elevation plan
    • Apply for and obtain all permits upon completion of post-construction documents (e.g. certificate of occupancy and elevation certificate)

    The anticipated NAICS code is NAICS 236118. Anticipated duration of construction is to be determined. A Professional Engineering license in the state of New York may be required for the design of the landing.

    4. Requested Information

    Interested parties are invited to submit responses that include the following information:

    1. Company Information
      • Company Name
      • SAM UEI Number/CAGE Code
      • Business Address
      • Primary Point of Contact (Name, Title, Phone Number, Email)
      • Business Size (e.g., Small, 8(a), HUBZone, SDVOSB, WOSB)
    2. Capabilities Statement
      • Brief statement of your company's expertise and experience related to the scope of work.
      • Description of similar past projects, including contract value, duration, and customer. Include names and contact information for clients/ and /or  managing agency.  Ability to manage a design firm (if D/B).  Ability to manage multiple subcontracts, Ability to deal with permits with local Long Island towns, # of houses lifted in the last ten years.
      • Qualifications and certifications that demonstrate your company’s ability to meet project requirements. 
    3. Anticipated Challenges and Risks
      • Identify any potential challenges or risks associated with this project.
      • Provide recommendations on mitigating these challenges.
    4. Feedback on the Proposed Project Scope
      • Suggestions or recommendations for refining the scope of work.
      • Identification of areas that may benefit from additional clarification or focus.
    5. Small Business Participation
      • Indicate your company’s status as a small business under the identified NAICS code.
      • Describe any teaming or subcontracting opportunities your company would be interested in pursuing.
    6. Industry Questions and Concerns
      • Submit any questions or concerns that you feel are pertinent to the execution of the project.

    5. Questions

    The following questions are provided to guide the response:

    1. Company Capabilities and Experience:
      • What specific capabilities does your company possess that are relevant to the scope described in this RFI?
      • Has your company completed similar projects in the past? Please provide details, including project value, location, and customer.
    2. Staffing and Resources:
      • Does your company have access to sufficient resources, including personnel and equipment, to perform the work described in the RFI?
    3. Small Business Utilization:
      • If applicable, what percentage of work does your company anticipate self-performing?
      • Would your company consider teaming or joint ventures to meet project requirements?
    4. Risk and Mitigation:
      • What potential risks does your company foresee in performing the proposed scope of work?
      • What mitigation strategies would you suggest to address these risks?
    5. NAICS Code and Set-Aside:
      • Do you believe the NAICS code and size standard identified are appropriate for this requirement? If not, please suggest an alternate NAICS code.
      • Do you recommend setting this project aside for small business, and if so, under which category (e.g., SDVOSB, WOSB, HUBZone)?
    6. Contract Type and Acquisition Strategy:
      • What contract type (e.g., firm-fixed-price, cost-plus) would you recommend for this project, and why?
      • Are there any acquisition strategies or contract vehicles you would recommend for this project?
    7. Project Execution:
      • Are there any unique technical or logistical considerations that USACE should be aware of in planning this project?
      • What recommendations do you have for USACE to ensure the success of this project?
      • What experience does the firm have in permit acquisition and construction for residential structures in the Town of Babylon? If applicable, what experience does the firm have for nonstructural elevations for residential structures?

    6. Submission Instructions

    Responses should be submitted electronically to Michael.L.Mccue@usace.army.mil by 19 May 2025. Please limit your responses to no more than 5 pages in length.

    Disclaimer: This RFI is for informational purposes only and does not constitute a solicitation or a request for proposal. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

    Key dates

    1. May 5, 2025Posted Date
    2. May 19, 2025Proposals / Responses Due

    Frequently asked questions

    – FIRE ISLAND INLET TO MONTAUK POINT (FIMP) CONTRACT 6A – MICROPILOT PROJECT - 8A SET-ASIDE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.