Skip to content
Department of Defense

Cape May Seawall CAP 103

Solicitation: W912BU26BA021
Notice ID: 6fc177b50ec94e0b8bd87e9791237073
TypeSources SoughtNAICS 237990PSCY1QADepartmentDepartment of DefenseAgencyDept Of The ArmyStateNJPostedMar 25, 2026, 12:00 AM UTCDueApr 08, 2026, 05:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Apr 08, 2026. Industry: NAICS 237990 • PSC Y1QA.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912BU26BA021. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.

12-month awarded value
$1,833,113,878
Sector total $37,458,686,579 • Share 4.9%
Live
Median
$2,448,427
P10–P90
$1,305,268$58,902,045
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
4.9%
share
Momentum (last 3 vs prior 3 buckets)
+138%($747,093,191)
Deal sizing
$2,448,427 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NJ
Live POP
Place of performance
Cape May, New Jersey • United States
State: NJ
Contracting office
Philadelphia, PA • 19103-0000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NJ20260002 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New Jersey • Bergen, Essex, Hudson +8
Rate
Bricklayer
Base $49.60Fringe $37.96
Rate
Bricklayer
Base $43.56Fringe $32.50
+67 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 67 more rate previews.
Davis-BaconBest fitstate match
NJ20260002 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Bergen, Essex, Hudson +8
Rate
Bricklayer
Base $49.60Fringe $37.96
Rate
Bricklayer
Base $43.56Fringe $32.50
Rate
CEMENT MASON
Base $49.60Fringe $37.96
+66 more occupation rates in this WD
Davis-Baconstate match
NJ20260027 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Burlington
Rate
gs and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement)
Base $60.84Fringe $48.38
Rate
s and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement))
Base $55.80Fringe $40.80
Rate
Bricklayer
Base $45.20Fringe $33.26
+44 more occupation rates in this WD
Davis-Baconstate match
NJ20260035 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Mercer
Rate
s and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement))
Base $55.80Fringe $40.80
Rate
Bricklayer
Base $45.20Fringe $33.26
Rate
Tile finisher
Base $50.05Fringe $33.90
+36 more occupation rates in this WD
Davis-Baconstate match
NJ20260007 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Burlington
Rate
BRICKLAYER
Base $49.60Fringe $37.96
Rate
CEMENT MASON
Base $45.20Fringe $33.26
Rate
Electrician
Base $63.82Fringe $65.80
+13 more occupation rates in this WD

Point of Contact

Name
Molly Gallagher
Email
molly.gallagher@usace.army.mil
Phone
Not available
Name
Connor Struckmeyer
Email
connor.a.struckmeyer@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTH ATLANTIC • ENDIST PHILADELPHIA • W2SD ENDIST PHILADELPHIA
Contracting Office Address
Philadelphia, PA
19103-0000 USA

More in NAICS 237990

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?

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.