Skip to main content

An official website of the United States government

You have 2 new alerts

Indian River Inlet Coastal Navigation Structure Repairs

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jun 23, 2023 03:39 pm EDT
  • Original Response Date: Jul 08, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 30, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1KF - CONSTRUCTION OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Rehoboth Beach , DE 19971
    USA

Description

This announcement is a Pre-Solicitation / Synopsis of a proposed contract action posted in accordance with FAR Subpart 5.2.

The U.S. Army Corps of Engineers Philadelphia District intends to issue an Invitation for Bids (IFB) NO. W912BU23B0010 for Indian River Inlet Coastal Navigation Structure Repairs. Work is needed to repair a failed bulkhead on the north interior shoreline and conduct south jetty sand tightening. This project is located Indian River Inlet, Delaware. Indian River Inlet is located in Sussex County, Delaware, adjacent to the Delaware Seashore State Park.  The base contract work is anticipated to include:

1. Repair failed section of bulkhead/revetment along the interior north shoreline that is compromising a section of sidewalk and other infrastructure adjacent to the Delaware Seashore State Park. Repairs entail driving sheet piles and constructing a rock armor blanket into the inlet and may be conducted both from marine-based plant and using land-based equipment.

2. Repairs to sand tighten a landward portion of the south jetty at Indian River Inlet with steel sheetpiles landward of the existing jetty rock. 

Work is in a dynamic coastal environment with complex hydrodynamics and steep slopes into the tidal inlet. Staging areas will be provided adjacent to the inlet and within Delaware Seashore State Park.

The Period of Performance for the failed bulkhead along the north shoreline and south jetty sand tightening is estimated at 540 days from Notice to Proceed. Work must commence in Fall 2023. In-water work on the armor blanket must be avoided from 1 March to 30 April.

This acquisition will be a Full and Open Competition, Invitation for Bids (IFB). The solicitation will be available for download on or about 8 July 2023 with bids due 30 days after advertisement. The NAICS code for this procurement is 237990. The small business size standard is $45 million. The magnitude of construction is between $10,000,000 and $25,000,000. The contractor must be able to demonstrate experience on marine construction projects in dynamic coastal environments.

Bonding will be required at the time of bid opening, and after award but before Notice to Proceed, Performance and Payment Bonds will be required. The solicitation and awarded contract will contain Liquidated Damages at the rate specified in the solicitation.

Solicitation documents, plans and specifications will only be available via the SAM.gov homepage located at https://www.sam.gov/. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database to be eligible for award. Davis Bacon rates will be applicable to this project.

Questions regarding this notice should be directed to Cheley Auguste at Cheley.auguste@usace.army.mil and Brooke Patterson at Brooke.L.Patterson@usace.army.mil.

Contact Information

Contracting Office Address

  • 1650 ARCH STREET 7TH FLOOR
  • PHILADELPHIA , PA 19103-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History