Search Contract Opportunities

Bar Harbor Breakwater Repair

ID: W912WJ25X0005 • Type: Sources Sought

Description

Posted: Jan. 14, 2025, 7:49 a.m. EST

The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for repairs to the breakwater in Bar Harbor, Maine. This announcement is to determine the interest, availability, and capability of Small and Large Business concerns for this project. The NAICS code for this procurement is 237990 with a size standard of $45M. The contract solicitation is planned to be issued in the fall of 2025 with construction to take place over an 8-month period beginning in the spring of 2026. The estimated construction cost is between $10,000,000 and $25,000,000.

The proposed work consists of repairing the rubblemound breakwater which extends approximately 2400 feet southwest from Bald Porcupine Island and across Porcupine Dry Ledge towards Mount Desert Island. Bald Porcupine Island is located about one mile southeast of the main Bar Harbor waterfront on Mount Desert Island. The work includes dismantling, removing, stockpiling, reworking and reinstalling existing armor stone as well as acquiring and installing new armor in the breakwater repair areas. The repaired areas must be properly interlocked and be within specified design tolerances.

The breakwater is about 2400 feet in length, however, the repair area will on encompass the 750-foot section between Bald Porcupine Island and Porcupine Dry Ledge (Repair Zone 1), as well as, 700 feet of the breakwater beyond Dry Ledge (Repair Zone 2). The repairs will restore the structure to a design top elevation of +11.4 feet at Mean Lower Low Water (MLLW), with a crest width of 10 feet. Repair Zone 1 will have slopes of 1.5:1 and in Repair Zone 2 the slopes will be 1:1 leeward and 1.5:1 seaward. The breakwater was initially constructed between 1889 and 1917 and no repairs have occurred since construction was completed. The breakwater protects an anchorage and the wharves in Bar Harbor from easterly and southeasterly swells. The protected area is used by cruise ships, commercial/charter fishing boats, and recreational vessels. Bald Porcupine Island and Porcupine Dry Ledge are uninhabited and are owned by the National Park Service.

Repair Zone 1, between Bald Porcupine Island and Porcupine Dry Ledge, is comprised of 3 to 10-ton armor stone and is in poor condition. An estimated 8,400 tons of new 6 to 10-ton armor stone will be needed to repair this breakwater.

Repair Zone 2, southwest of Porcupine Dry Ledge, is comprised of 3 to 10-ton armor stone and is in fair condition. An estimated 4,600 tons of new 6 to 10-ton armor stone will be needed to repair this breakwater.

New 6 to 10-ton armor stone will also be required to repair about six small areas outside Repair Zone 1 and 2.

Some relevant information for the new armor stone:

  • New armor stones sizes: 6-10 tons
  • New stone unit weight: at least 162 pounds per cubic foot. A six ton stone is approximately 5ft x 5ft x 3ft and a 10 ton stone is approximately 6ft x 5ft x 4ft.
  • Maximum aspect ratio (greatest dimension:least dimension): not greater than 3:1.
  • New stone shape: irregular and angular. No slabs, rounded stones or wedged-shaped stones.
  • Lab testing required: specific gravity, unit weight, absorption, and freeze/thaw.
  • Field testing required: drop test.

Specific work tasks are intended to reconstruct severely deteriorated areas of the breakwater to its authorized dimensions. These tasks include the recovery and resetting of displaced armor stone, and delivery and installation of approximately 10,000 to 14,000 tons of new 6 to 10-ton armor stone. Existing gaps in the structures will be filled, and the structures brought up to their design elevations, crest widths and slopes. Repairs will require substantial moving and rehandling of existing stones to obtain the required interlocking placement and construction tolerances.

The completed repairs will provide a crest width of 10 feet and crest elevation of 11.4 feet at MLLW. Repair Zone 1 will have slopes of 1.5:1 and in Repair Zone 2 the slopes will be 1:1 leeward and 1.5:1 seaward. Given the nature and characteristics of this structure, it is anticipated that all repair and improvement construction activities will have to be performed from marine based plant. Access to the breakwater by land is unavailable and no work should be completed from the crest of the breakwater. Environmental coordination and permitting is being completed by the U.S. Army of Engineers, New England District. Low tide water depths in the vicinity of the structure range from 12 to 50 feet, and the average tidal range is approximately 11 feet. No spudding or anchoring into the existing structure is permitted.

The U.S. Army Corps of Engineers, New England District is looking for responses to the questions below from BOTH SMALL AND LARGE BUSINESSES:

  1. What constructability challenges does industry identify with delivery of stone and staging, considering no staging options are available on site?
  2. What constructability challenges does industry identify with performing the work, considering difficulty accessing the structure, water depths, large tidal range, and weather conditions?
  3. What constructability challenges does industry identify with constructing side slopes of 1H:1V from a marine based plant?
  4. What constructability challenges does industry identify with re-handling stone that is covered in algae/barnacles (see photos)?
  5. What constructability challenges does industry identify with obtaining enough stone from quarries (assumes award in late November and start around April)?
  6. Would industry benefit from a site visit if organized by the Government? Responses will determine the likeliness of this happening.

Draft drawings showing a concept design plan, cross sections, photographs, and a draft Specification Section 01 11 00 SUMMARY OF WORK are included to help provide more context for responses to questions.

Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.), answers to questions above, type of equipment the firm is proposing to use on the project, two (2) example projects performed by the firm in the last ten (10) years (including Points of Contact for those projects) showing experience with the proposed equipment and stone size handled for each project, and bonding capacity. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications meeting the same qualifications listed above, which will be used to support the bidder's effort. Firms may use subcontractor experience to demonstrate experience with the requirements, but the role and work performed by each team member (prime and subcontractors) on projects demonstrating that team member's experience shall be the same as the role for that team member for this project. Responses should include experience of Foreman and Crane Operators working on stone structures. Bid bond will need to be provided with the bid.

Responses are limited to twenty pages and due by January 24, 2025. Responses should be emailed to:

Kayla.Gonsalves@usace.army.mil

The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.

Government Agency URL: www.nae.usace.army.mil

Government Agency URL Description: New England District, Corps of Engineers

Posted: Jan. 8, 2025, 2:03 p.m. EST
Posted: Nov. 20, 2024, 11:21 a.m. EST
Background
The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for repairs to the breakwater in Bar Harbor, Maine. This project aims to assess the interest, availability, and capability of both Small and Large Business concerns.

The breakwater protects an anchorage and wharves in Bar Harbor from easterly and southeasterly swells, facilitating the use of the area by cruise ships, commercial fishing boats, and recreational vessels. The breakwater was originally constructed between 1889 and 1917 and has not undergone any repairs since its completion.

Work Details
The proposed work involves repairing a rubblemound breakwater that extends approximately 2400 feet from Bald Porcupine Island towards Mount Desert Island. Key tasks include dismantling, removing, stockpiling, reworking, and reinstalling existing armor stone as well as acquiring and installing new armor stone in specified repair areas.

The repairs will focus on two main zones: Repair Zone 1 (750 feet) between Bald Porcupine Island and Porcupine Dry Ledge, and Repair Zone 2 (700 feet) beyond Dry Ledge. Specific tasks include:
1. Reconstructing severely deteriorated areas to authorized dimensions.
2. Recovery and resetting of displaced armor stone.
3. Delivery and installation of approximately 10,000 to 14,000 tons of new 6 to 10-ton armor stone.
4. Filling existing gaps in structures to meet design elevations, crest widths, and slopes.
5. All work must be performed from marine-based plant due to lack of land access.

Place of Performance
Bar Harbor, Maine

Overview

Response Deadline
Jan. 24, 2025, 5:00 p.m. EST (original: Dec. 20, 2024, 5:00 p.m. EST) Past Due
Posted
Nov. 20, 2024, 11:21 a.m. EST (updated: Jan. 14, 2025, 7:49 a.m. EST)
Set Aside
None
Place of Performance
Bar Harbor, ME United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
$10,000,000 - $25,000,000 (value based on agency estimated range)
Odds of Award
13%
On 11/20/24 USACE New England District issued Sources Sought W912WJ25X0005 for Bar Harbor Breakwater Repair due 1/24/25. The opportunity was issued full & open with NAICS 237990 and PSC Y1QA.
Primary Contact
Name
Kayla Gonsalves   Profile
Phone
(978) 318-8256

Documents

Posted documents for Sources Sought W912WJ25X0005

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912WJ25X0005

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912WJ25X0005

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912WJ25X0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NEW ENGLAND
FPDS Organization Code
2100-W912WJ
Source Organization Code
100221388
Last Updated
Feb. 8, 2025
Last Updated By
kayla.gonsalves@usace.army.mil
Archive Date
Feb. 8, 2025