North Jetty Repairs, Indian River Inlet

SOL #: W912BU26RA006Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST PHILADELPHIA
PHILADELPHIA, PA, 19103-0000, United States

Place of Performance

Place of performance not available

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Canals (Y1KB)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 30, 2025
2
Last Updated
Dec 18, 2025
3
Submission Deadline
Dec 15, 2025, 7:00 PM

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.

PURPOSE: The U.S. Army Corps of Engineers, Philadelphia District, is issuing an Request for Proposal (RFP) for a Firm Fixed-Price (FFP) construction contract for the North Jetty Repairs Project at Indian River Inlet in Sussex County, DE. DESCRIPTION: The Indian River Inlet north rubblemound jetty is degraded and will be repaired as follows: The contractor shall repair a 1) subaerial section of the degraded north jetty, 2) additional submerged/seaward sections of the north jetty as needed to stabilize the repairs and 3) construct a new seaward terminus. Work will entail re-construction of a portion of the rubble mound structure using large rock and other components such as marine mattresses. The jetty is located in an inlet environment with deep scour holes, swift currents and dynamic conditions. Both land and marine-based construction are anticipated. DISCLOSURE OF MAGNITUDE OF THE PROPOSED CONSTRUCTION PROJECT: $25,000,000 and $100,000,000. NAICS CODE AND SBA SIZE STANDARD: 237990, Other Heavy and Civil Engineering Construction, Size Standard $45.0M. PERIOD OF PERFORMANCE: 730 Calendar Days from the Notice to Proceed (NTP). Pre-Proposal Site Visit: The pre-proposal site visit has been scheduled for Wednesday, 12 November 2025 at 10:30 AM Eastern Standard Time (EST), at Delaware Seashore State Park, North Inlet Day Area 39183 Inlet Road, Rehoboth Beach, DE 19971. There will only be one site visit. Offerors should inspect the job site prior to submitting an offer. Offerors should take such other steps as may be reasonably necessary to ascertain the nature and location of the work and the general and local conditions that can affect the work or the cost thereof. Failure to do so will not relieve offerors from the responsibility for properly estimating the difficulty or cost of successfully performing the work. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents or employees, unless included in the solicitation, the specifications or related documents. REGISTRATION: Only registered persons will be permitted to attend the site visit. In addition to the information below, please also provide your firms name, firms CAGE and/or Unique Entity Identifier (a 12-character alphanumeric ID assigned to an entity by SAM.gov and formerly known as DUNS) number, and name and position title of primary point-of-contact and their telephone number and email address. NAP POCs for Registration: For questions and/or concerns regarding the Site Visit, please contact Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil. Please submit all site visit request forms to Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil and Brandon Mormello at Brandon.R.Mormello@usace.army.mil. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors are required to be registered in the System for Award Management (SAM) database (https://sam.gov) and PIEE at the time a proposal is submitted in order to comply with the annual representations and certifications requirements. Registration for PIEE is required as this is the only place proposals shall be submitted. Proposals must be submitted in PIEE Solicitation Module. ADDITIONAL INFOMRATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website, https://sam.gov and PIEE Solicitation Module. It is and will continue to be the responsibility of all potential Offerors to monitor the SAM.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 3
Solicitation
Posted: Dec 18, 2025
View
Version 2
Solicitation
Posted: Dec 11, 2025
View
Version 1Viewing
Solicitation
Posted: Oct 30, 2025