Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), Jacksonville District, is soliciting proposals for the Flamingo Marina Bulkhead Rehabilitation project within Everglades National Park, Monroe County, Florida. This Unrestricted (Full and Open) competitive procurement seeks a contractor for significant marine infrastructure upgrades. The project magnitude is estimated between $25,000,000 and $100,000,000. Proposals are due March 5, 2026.
Scope of Work
The project involves the comprehensive rehabilitation of the Flamingo Marina's bulkhead system across four basins: Whitewater Bay, Florida Bay, Visitor Center Bay, and Maintenance Marina Bay. Key tasks include:
- Removal of existing concrete bulkhead caps.
- Installation of new steel sheet pile bulkhead walls with cast-in-place concrete caps and precast concrete wall panel facades.
- Site grading and flowable fill placement between wall systems.
- Replacement and addition of mechanical, plumbing, and electrical equipment, including utility pedestals, dock panels, sewage pumps, fuel dispensers, electrical panels, wiring, sewage shore ties, and housekeeping pads.
- Stormwater outfall pipe extensions.
- Removal and replacement of asphalt/concrete pavement, timber guide and mooring piles, floating docks, and aluminum ramps.
- Modification of fixed docks.
- Coordination for a transformer installation by Florida Power & Light (FPL) and installation of a packaged utility wastewater pumping station. Construction must primarily be landside, with exceptions for floating dock and guide pile work. Maintenance of water quality and clarity is critical.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) construction contract.
- Acquisition Method: Design-Bid-Build, utilizing a Best Value Tradeoff Source Selection Process in accordance with FAR Part 15.
- Duration: Anticipated 1,350 calendar days from Notice to Proceed.
- Set-Aside: Unrestricted (Full and Open). All responsible offerors are encouraged to participate.
- Construction Magnitude: Between $25,000,000 and $100,000,000.
- NAICS Code: 237990 - Other Heavy and Civil Engineering Construction (Small Business Size Standard: $45,000,000).
- Project Labor Agreement (PLA): Required.
- Proposals Due: March 5, 2026, 7:00 PM UTC.
- Estimated Contract Award: March 31, 2026.
Evaluation
Award will be based on a Best Value Tradeoff process considering:
- Technical Merit: Including Technical Approach Plan and Management Plan.
- Past Performance: Requiring Company Specialized Experience Form and NAVFAC/USACE PPQ or CPARS.
- Small Business Participation: Requiring a Proposed Small Business Participation Plan and past utilization. Large businesses must submit a Subcontracting Plan.
- Project Labor Agreement (PLA): Requires negotiation or becoming party to one and submission with the offer.
- Price: For reasonableness.
Submission & Inquiries
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module (https://piee.eb.mil/). No other transmission methods will be accepted. Instructions for submission are available at https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. All inquiries must be submitted in writing via ProjNet. Instructions for ProjNet access are included in the solicitation.
Additional Notes
- Environmental Concerns: Significant ecological considerations include the protection of West Indian Manatees, Smalltooth Sawfish, and American Crocodiles, with specific contractor requirements for each species.
- Construction Considerations: The project involves limited access, phased construction, and potential for existing bulkhead failure.
- Safety Requirements: Compliance with EM 385-1-1 Safety and Health Requirements Manual, Accident Prevention Plan, Activity Hazard Analysis, Traffic Control Plans, mandatory toolboxes, and daily safety documentation.
- Quality Requirements: Contractor Quality Control Plan, Three Phase Control System, and USACE Validated laboratory for QC Testing.
- Small Business Opportunities: Potential sub-contracting opportunities include trucking, earthwork, clearing & grubbing, concrete & rebar, welding, metal fabrication, electrical work, general labor, heavy equipment operation, site security, environmental monitoring, and material testing.