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 Department of the Army / USACE Jacksonville District is soliciting proposals for the Everglades National Park, Flamingo Marina Bulkhead Rehabilitation project in Monroe County, Florida. This Unrestricted (Full and Open), Firm-Fixed-Price contract, valued between $25,000,000 and $100,000,000, involves extensive rehabilitation of marina infrastructure. Proposals are due March 19, 2026.
Scope of Work
The project entails the removal of existing concrete bulkhead caps and installation of new steel sheet pile bulkhead walls with cast-in-place concrete caps and precast concrete wall panels. Work also includes site grading, mechanical, plumbing, and electrical equipment replacements and additions, stormwater outfall pipe extensions, and the removal and replacement of asphalt/concrete pavement, timber guide/mooring piles, floating docks, and aluminum ramps. Modifications to fixed docks are also required.
This effort spans four marina basins: Whitewater Bay, Florida Bay, Visitor Center Bay, and Maintenance Marina Bay. Key requirements include installing 3,864 linear feet of sheet pile wall, flowable fill placement, and replacing utility pedestals, dock panels, sewage pumps, fuel dispensers, and electrical systems. Construction must primarily be landside, with specific environmental protections for West Indian Manatees, Smalltooth Sawfish, and American Crocodiles.
Contract Details
- Type: Firm-Fixed-Price (FFP) contract, consisting of a base and six options.
- Acquisition Method: Design-Bid-Build, utilizing a Best Value Tradeoff Source Selection Process in accordance with FAR 15.
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction).
- Small Business Standard: $45,000,000.00.
- Construction Magnitude: Between $25,000,000 and $100,000,000.
- Set-Aside: Unrestricted (Full and Open) competitive procurement. All responsible offerors are encouraged to participate.
- Period of Performance: 1,350 calendar days from the issuance of Notice to Proceed.
- Project Labor Agreement (PLA): The PLA requirement has been removed.
Evaluation Factors
Proposals will be evaluated based on:
- Technical Merit (Technical Approach Plan, Management Plan).
- Past Performance (Company Specialized Experience Form, NAVFAC/USACE PPQ or CPARS).
- Small Business Participation (Proposed Small Business Participation Plan).
- Price (for reasonableness).
Submission & Deadlines
- Proposals Due: March 19, 2026, by 6:00 PM UTC.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module (https://piee.eb.mil/). No other transmission methods will be accepted.
- Inquiries: All inquiries must be submitted in writing via ProjNet. Instructions are provided in the solicitation.
- Registration: Interested vendors must register as an interested vendor on sam.gov and be registered in SAM to receive an award.
- Point of Contact: Ireishal Adams (Ireishal.C.Adams@usace.army.mil) and William Wallace (William.J.Wallace@usace.army.mil).
Additional Notes
Construction considerations include limited access, phased construction, and potential for existing bulkhead failure. Safety requirements mandate compliance with EM 385-1-1, an Accident Prevention Plan, Activity Hazard Analysis, and Traffic Control Plans. Quality requirements include a Contractor Quality Control Plan and a Three Phase Control System.