Search Contract Opportunities

St. Lucie South Jetty Rehabilitation Interagency, Martin County, Florida

ID: W912EP26Z1AYA • Type: Special Notice • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

This announcement constitutes a Request for Information (RFI). 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 RFI. Respondents will not be notified of the results of the evaluation. The Government will not pay for any response expenses.

The Government is specifically interested in capabilities, technologies, methodologies, ideas and solutions for the rehabilitation of the seaward 400' of the St. Lucie South Jetty including the jetty head (located at the St. Lucie Inlet in Martin County). The information received will be used to support a market analysis for the project with the general goal to rehabilitate a portion of the St. Lucie South Jetty in Martin County.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $45.0 million.

Project Location: St. Lucie Inlet is in Martin County on the southeast coast of Florida, about 115 miles north of Miami (Figure 1), serving as the County's only point of access to the Atlantic Ocean. The Federal project connects the Atlantic Ocean with several key waterways including the Intracoastal Waterway (IWW) and Okeechobee Waterway, both heavily used by recreational and commercial vessels. The nearest coastal inlets are Jupiter Inlet, 17 miles south, and Ft. Pierce Inlet, 22 miles north.

Project Description: The project provides for the full repair and rehabilitation of the most damaged, vulnerable, and critical section of the jetty: the structure head. Work consists of rehabilitation to bring the seaward-most 300 to 500 feet of the structure up to current design standards. The proposed engineering design incorporates anticipated future sea-level rise and the potential for increased storm severity, improves structure resilience and stability, and reduces maintenance requirements. Without intervention and maintenance, degradation of the jetty head will continue and likely progress along the entire structure. This could result in structure failure, which would destabilize the northern end of Jupiter Island and have significant impacts on the inlet stability and Federal navigation project.

Industry is asked to provide a written response addressing the following objectives or questions:

1.) What is the preferred method to transport equipment and materials to the work site?

2.) What are the preferred methods and equipment necessary to complete the rehabilitation of the jetty? This includes but is not limited to methods and equipment for excavation of existing grade, maintenance of open excavation areas during construction, debris removal, and installation of the marine mattresses and armor stone.

3.) Would a cofferdam be used to complete the work?

4.) Do you have any concerns with the feasibility of the proposed work?

5.) What work can be completed from the land (including from on top of the jetty) and what from the water?

6.) Could you complete the work entirely from the land (including from on top of the jetty)?

7.) Would waterborne access be more cost effective or otherwise advantageous?

8.) What are the work platform requirements for the equipment that will be used for construction?

9.) If there is displaced armor stone within the excavation prism, can it be excavated? Can it be excavated efficiently?

10.) How much area around the structure (offset distance) do you expect to need to occupy or work in to complete the proposed work?

11.) Is there a key plant item needed to do the work? Do you have any recommendations for design modification that would increase productivity or simplify the equipment requirements?

12.) Are the existing roads/paths sufficiently sized for access to the work site? The existing access route (orange in Figure 3) is approximately 3,2000 feet in length and 10 feet wide. The turtle nesting season access route (yellow in Figure 3) is approximately 850 feet in length and would require clearing for access. The non-turtle nesting season access route (pink in Figure 3) is approximately 900 feet in length. How wide do the access routes need to be? Would any road improvements need to be done? Would road base need to be imported to improve the road for access? If so, what grade, size, and material type would be required?

13.) How much area is needed for staging and stockpiling of materials? Are the staging areas shown sufficient? The west staging area (purple in Figure 3) is approximately 32,200 square feet (0.74 acres) in size. The east staging area (blue in Figure 3) is approximately 39,500 square feet (0.91 acres) in size. Could the work be completed without using the full extents of both areas?

14.) Are there any significant health and safety concerns that limit the practical construction methods? (e.g., would working from the jetty crest be practical at the seaward end of the jetty?)

15.) What potential protections are required to construct this project in the winter given the rougher meteorological and coastal conditions that occur?

16.) There is an existing pond located near the project site. Would there be construction runoff caused by equipment that would necessitate protecting the pond? What measures would be taken if necessary?

17.) What is an estimated duration to complete this work from start to finish? Would it take two seasons to complete construction if work is restricted during turtle nesting season? How much lead time is required and/or preferred for armor stone procurement?

18.) What details can be provided to improve the clarity of the drawings?

Submission Instructions:

Provide Firm's name, address, point of contact, phone number, website, and email address.

Responses to this RFI must be received no later than 5:00 PM, EST, on 02 January 2026 and shall be sent to Nicole Batista-Cruz at Nicole.M.Batista-Cruz@usace.army.mil and Ruth Rodriguez at Ruth.C.Rodriguez@usace.army.mil.

Industry Conference Call:

There will be an Industry Conference Call on 06 January 2026 at 1:30 - 2:30pm PM, EST, through the following Microsoft Teams Meeting:

  • LINK: HTTPS://WWW.MICROSOFT.COM/EN-US/MICROSOFT-TEAMS/JOIN-A-MEETING
  • MEETING ID: 993 431 302 91
  • PASSCODE: Cr63Ds6o
  • DIAL IN BY PHONE: 601-262-2433
  • PHONE CONFERENCE ID: 694 576 537#

NOTE - DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA.

The official Synopsis citing the solicitation will be issued on SAM.GOV and inviting firms to register electronically to receive a copy of the solicitation when it is issued. All interested firms must be registered in SAM.gov to be eligible for award of Government contracts.

Background
The U.S. Army Corps of Engineers is seeking information from industry regarding the rehabilitation of the seaward 400 feet of the St. Lucie South Jetty, located at the St. Lucie Inlet in Martin County, Florida.

This project aims to enhance the resilience and stability of the jetty structure, which serves as a critical access point to the Atlantic Ocean for recreational and commercial vessels. The goal is to gather capabilities, technologies, methodologies, ideas, and solutions for this rehabilitation effort.

Work Details
The scope of work includes:
1) Excavating bed material to place a widened marine mattress foundation;
2) Placing 8-14 ton toe protection stone for foundation and scour protection;
3) Removing and disposing of remaining asphalt walkway and grout off-site;
4) Repairing existing core and single layer of armor stone as needed;
5) Placing a second layer of 8-14 ton armor stone to stabilize the structure.

Additional requirements include clearing access roads and staging areas, potential expansion of access roads for equipment transit, and replanting areas post-repair. Environmental restrictions apply during turtle nesting season, affecting access routes.

Place of Performance
St. Lucie Inlet, Martin County, Florida.

Overview

Response Deadline
Jan. 6, 2026, 5:00 p.m. EST Past Due
Posted
Dec. 5, 2025, 9:52 a.m. EST
Set Aside
None
Place of Performance
Stuart, FL United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
On 12/5/25 USACE Jacksonville District issued Special Notice W912EP26Z1AYA for St. Lucie South Jetty Rehabilitation Interagency, Martin County, Florida due 1/6/26.
Primary Contact
Name
Nicole Batista-Cruz   Profile
Phone
(904) 232-3275

Secondary Contact

Name
Ruth C. Rodriguez   Profile
Phone
None

Documents

Posted documents for Special Notice W912EP26Z1AYA

Opportunity Assistant

Incumbent or Similar Awards

Contracts Similar to Special Notice W912EP26Z1AYA

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice W912EP26Z1AYA

Similar Active Opportunities

Open contract opportunities similar to Special Notice W912EP26Z1AYA

Experts for St. Lucie South Jetty Rehabilitation Interagency, Martin County, Florida

Recommended subject matter experts available for hire

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
Jan. 21, 2026
Last Updated By
nicole.m.batista-cruz@usace.army.mil
Archive Date
Jan. 21, 2026