Search Contract Opportunities

Hutchinson Island Beach Renourishment Martin County, Florida

ID: W912EP25Z0029 • Type: Sources Sought

Description

This is announcement constitutes a Source Sought. This announcement seeks information from industry and will only be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. Respondents will not be notified of the results of the evaluation.

The Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 2025 award of the aforementioned project. The purpose of this sources sought is to gauge interest, capabilities, and qualifications of various members of the Dredging Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors.

The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of an Invitation for Bid (IFB). No reimbursement will be made for any costs associated with providing information in response to said sources sought or any follow-up information requested.

DESCRIPTION OF WORK:

The Jacksonville District of the US Army Corps of Engineers is seeking interested bidders for a project work that includes construction of a dune and beach berm along approximately 4 miles of

shoreline that places material in Martin County. Placement will occur between R-01 and R-25. Beach compatible sand will be dredged from borrow area C1-B, located approximately 6.3 nautical miles offshore in Federal waters. Due to the extensive hardbottom areas located offshore of the fill area, offshore pipeline access is limited to specified corridors. Staging area and beach access to the beach placement area is located within Martin County. Work also includes but is not limited to endangered species observers (hopper dredges only), screening, sea turtle trawling (hopper dredges only), turbidity monitoring, beach tilling, beach fill quality control,

screening, MEC construction support, and vibration control and monitoring. Only dredges with a current U.S. Coast Guard Certification of Inspection for the intended use of the vessel will be allowed to work seaward of the boundary line under the contract.

The Estimated Magnitude of construction is between $10,000,000 and $25,000,000.

The Contractor shall be required to (a) commence work under this contract within 60 calendar days after the date the Contractor receives the Notice to Proceed (NTP), (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 30 April 2026 and be off the beach, and fully demobilized by 30 May 2026. The time stated for completion shall include final cleanup of the premises. The completion date is based on the assumption that the successful offeror will receive the notice to proceed by 29 October 2025. The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Dredging and Surface Cleanup Activities. The Small Business Size Standard for this project is $37.0 million.

Anticipated solicitation issuance date is on or about 15 July 2025 and the anticipated bid opening date is on or about 14 August 2025. The Synopsis citing the solicitation number will be issued on the SAM Contracting Opportunities Website: at https://.sam.gov/.

Responses to this Sources Sought shall be limited to 5 pages and shall include the following information:

  1. Company/Contractor name, address, point of contact, phone number and e-mail address.
  2. Company's interest in bidding on the subject requirement when issued.
  3. Company's capability to perform a contract of this magnitude and complexity (include company's capability to execute comparable work performed within the past 10 years). Company should provide at least 3 examples which, at a minimum, include the following:
    1. Brief description of the project
    2. Customer name
    3. Customer satisfaction
    4. Timeliness of performance
    5. Dollar value of the completed projects
  4. Offeror shall identify their Small Business classification and Small Business Size

_ Small Business

_ Small Disadvantage Business

_ 8(a) Small Business

_ HUB Zone

_ SDVOSB

_ WOSB

  1. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangement include Joint Venture information, if applicable existing and potential.
  2. Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from the bonding company.

NOTES:

DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT IF YOU DO NOT INTEND TO BID ON THIS PROJECT.

DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA.

To be considered small for the purposes of this Government procurement, a firm must perform/dredge, with its own equipment or equipment owned by another Small Business concern, at least 40 percent of the volume dredged.

Submission Instructions:

Interested parties who consider themselves qualified to perform the work associated with the subject requirement, are invited to submit a response to this Sources Sought Notice no later than 22 May 2025 at 4:00 PM, (EDT). All responses under this Sources Sought Notice shall be sent to Ms. Guesley Leger, via email at guesley.leger@usace.army.mil and Ms. Ruth Rodriguez at ruth.c.rodriguez@usace.army.mil.

Prior Government contract work is not required for submitting a response under this sources sought synopsis.

You must be registered in the System for Award Management (SAM), in order to be eligible to receive an award from any Government solicitation. To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.

Overview

Response Deadline
May 22, 2025, 4:00 p.m. EDT Due in 14 Days
Posted
April 22, 2025, 12:16 p.m. EDT
Set Aside
None
Place of Performance
Hutchinson Island, FL United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
14%
On 4/22/25 USACE Jacksonville District issued Sources Sought W912EP25Z0029 for Hutchinson Island Beach Renourishment Martin County, Florida due 5/22/25. The opportunity was issued full & open with NAICS 237990 and PSC Z1KF.
Primary Contact
Name
Guesley Leger   Profile
Phone
(978) 318-8269

Secondary Contact

Name
Ruth Rodriguez   Profile
Phone
(904) 232-4522

Documents

Posted documents for Sources Sought W912EP25Z0029

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912EP25Z0029

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912EP25Z0029

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912EP25Z0029

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT JACKSONVI
FPDS Organization Code
2100-W912EP
Source Organization Code
100221797
Last Updated
April 22, 2025
Last Updated By
guesley.leger@usace.army.mil
Archive Date
June 6, 2025