February 11 2025
Contracts Branch (fc) SAM
Action Code: Sources Sought
Class Code: Z
Subject: Request for Sources Sought Notice – FY2025 Indian River Inlet Beach Renourishment, Indian River Inlet, Delaware
Solicitation No.: W912BU25B0012 – FY2025 Indian River Inlet Beach Renourishment, Indian River Inlet, Delaware
Set-Aside Code: TBD
Response Date: 6 March 2025
Place of Performance: Indian River Inlet, Delaware, Sussex County
Description of Work: This is a Sources Sought Notice and is for information purposes only.
THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.
The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract to perform a beach renourishment for the Indian River Inlet north beach, located in the Delaware Sea Shore State Park, Delaware, Sussex County.
The construction contract work consists of a beach renourishment of the north beach of Indian River Inlet to bring the beaches back to the existing beach design template. The beach fill project provides flood and coastal storm damage reduction to the Delaware Seashore State Park, Route 1 and the Route 1 bridge. The authorized beach design template consists of 5,000 feet including end tapers, a minimum 60-ft berm at an elevation of 9.2 ft NAVD extending at a slope of 1V:10H above MHW. The minimum 60-ft design berm width is measured from the seaward toe of the design dune.
The intended borrow area for this beachfill includes the Indian River Ebb Shoal, located just offshore of the Indian River inlet, to the southeast. The project will include a base bid, which includes restoring the project to the design template and up to three options, for placement of additional sand as advanced nourishment. The contract period of performance is 120 calendar days.
The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $45 Million. The estimated cost range of the project is $10 - $25 Million dollars.
Solicitation will be issued on or about 1 July 2025 with a bid opening date occurring at least 30 days after the Solicitation.
Responses to this Sources Sought Announcement will be used by the Government to make appropriate acquisition decisions. Narratives are requested with the following information, which shall not exceed a total of eight (8) pages.
- Offeror’s name, address, points of contact with telephone numbers and e-mail addresses.
- Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission.
- Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity.
- Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts.
- Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror’s role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).
Responses should be sent to Frederick Conway, at frederick.conway@usace.army.mil on or before March 6, 2025, at 3:00 PM EST.