W912BU25B-Periodic Renourishment of Rehoboth/Dewey Beaches

SOL #: W912BU25BSources Sought

Overview

Buyer

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

Place of Performance

Rehoboth Beach, DE

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Maintenance Of Canals (Z1KB)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 19, 2025
2
Response Deadline
Mar 6, 2025, 8:00 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.

February 19, 2025

Contracts Branch (fc) SAM

Action Code: Sources Sought

Class Code: Z

Subject: Request for Sources Sought Notice – Periodic Renourishment of Rehoboth/Dewey Beaches, Delaware

Solicitation No.: W912BU25B – Periodic Renourishment of Rehoboth/Dewey Beaches

Set-Aside Code: TBD

Response Date:  6 March 2025

Place of Performance: Towns of Rehoboth and Dewey, Delaware in Sussex County

Description of Work: This is a Sources Sought Notice and is for information purposes only.

                                   THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.

The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract to perform periodic renourishment of Rehoboth to Dewey Beaches, Delaware in Sussex County.

The construction contract work consists of periodic renourishment of the Rehoboth/Dewey Beaches to bring the beaches back to the authorized beach design template.  The beach fill project provides flood and coastal storm damage reduction to the communities of Rehoboth and Dewey.  The authorized beach design template consists of 15,000 feet including end tapers, a minimum 60-ft berm at an elevation of 8.0 ft NAVD extending at a slope of 1V:10H above MHW, and a dune with 25-ft crest width at elevation 13.2 ft NAVD.  The minimum 60-ft design berm width is measured from the seaward toe of the design dune.

The intended borrow area for this beachfill includes the offshore Borrow Area B, located offshore approximately 4-1/2 miles to the southeast.  The project will include a base bid, which includes restoring the project to the design template and up to three options, for placement of additional sand as advanced nourishment.  The contract period of performance is 120 calendar days.

The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $45 Million. Estimated cost range of the project is $10 - $25 Million dollars.

Solicitation will be issued on or about 18 August 2025 with a bid opening date occurring at least 30 days after the Solicitation.

Responses to this Sources Sought Announcement will be used by the Government to make appropriate acquisition decisions. Narratives are requested with the following information, which shall not exceed a total of eight (8) pages.

  1. Offeror’s name, address, points of contact with telephone numbers and e-mail addresses.
  2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission.
  3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity.
  4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts.
  5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror’s role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).

Responses should be sent to Frederick Conway, at frederick.conway@usace.army.mil on or before 6 March 2025, at 3:00 PM EST.

People

Points of Contact

Brandon MormelloSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: Feb 19, 2025
W912BU25B-Periodic Renourishment of Rehoboth/Dewey Beaches | GovScope