REQUEST FOR INFORMATION
THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.
This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance.
Requirement:
The U.S. Army Corps of Engineer (USACE), Philadelphia District (NAP), anticipates a requirement for North Jetty Repairs at Indian River Inlet, DE. The estimated magnitude of this project is between $10,000,000 and $25,000,000.
Description:
The project authorization includes stabilizing the inlet by construction of parallel jetties 500 ft apart; a channel generally 200 ft wide and 15 ft deep from the inner ends of the jetties to a point in the Bay substantially 7000 ft from the ocean shoreline, a channel 9 ft deep, 100 ft wide in the Bay and 80 ft wide in the River, from that depth in the existing channel in Indian River Bay to and including a turning basin 9 ft deep, 175 ft wide and 300 ft long at Old Landing; then about 8200 ft to highway bridge at Millsboro, 60 ft wide, 4 ft deep.
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.
The estimated period of performance is 18-Months from Notice to Proceed (NTP)
The anticipated North American Industrial Classification System (NAICS) code is 237990, Other Heavy and Civil Engineering Construction, with a SBA Size standard of $45.0M.
Survey:
The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only prospective contractors capable of performing this type of work should respond to this Request for Information.
Your response to this survey is requested by 2:00 PM Eastern Time, May 13, 2025. Please send by email to Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil and Brandon Mormello at Brandon.R.Mormello@usace.army.mil. Include in the title "Sources Sought- North Jetty Repairsβ as the subject line in email communications. All submitted responses must be in either Microsoft Word or Adobe pdf format.
1.) Name of your firm:
2.) CAGE/Unique Entity Identifier:
3.) Point of Contact, Phone Number, and E-mail Address:
4.) List three (3) projects completed within fifteen (15) years of the date of this notice that demonstrates experience, as a prime contractor or subcontractor, for the repairs of jetties or similar land/marine work.
a.) Project Name:
Contract Number (if applicable):
Year Completed:
Was the project completed on time?
Prime or Subcontractor:
Type and percentage of work self-performed (based on contract value):
Dollar Amount:
General description of project:
b.) Project Name:
Contract Number (if applicable):
Year Completed:
Was the project completed on time?
Prime or Subcontractor:
Type and percentage of work self-performed (based on contract value):
Dollar Amount:
General description of project:
c.) Project Name:
Contract Number (if applicable):
Year Completed:
Was the project completed on time?
Prime or Subcontractor:
Type and percentage of work self-performed (based on contract value):
Dollar Amount:
General description of project:
5.) Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?
6.)For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14, Limitations on Subcontracting)?
7.)What type of work requirements will you subcontract out to small businesses?
8.)Do you plan to subcontract to only small businesses?
9.)If the answer to question 8 is βyesβ, are these small businesses with a sub-category (e.g. e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?
10.) What is your bonding capacity per contract?
11.) What is your aggregate bonding capacity per contract?
12.) If this requirement is advertised, do you anticipate submitting a proposal?