The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for Construction of a Spur Jetty that will be tied into the existing North Jetty located at the mouth of the Saco River at Camp Ellis Beach in the City of Saco, Maine. This announcement is to determine the interest, availability, and capability of Small and Large Business concerns for this project. The NAICS code for this procurement is 237990 with a size standard of $45M. The contract solicitation is planned to be issued in the fall of 2025 with construction to take place over a 12-month period beginning in the spring of 2026. The estimated construction cost is between $10,000,000 and $25,000,000.
The existing North Jetty at Camp Ellis Beach is an interlocked stone structure located at the entrance to the Saco River. Originally constructed in 1872, the structure has been lengthened and repaired numerous times over the years. The North Jetty is approximately 6,600 feet in length and constructed to a height of 15 feet MLW with an 8-ft crown width. Side slopes are 1H:1V. The proposed jetty spur will extend from the existing North Jetty into Saco Bay.
The proposed work consists of construction a 750-ft long spur jetty extending from the North Jetty into the Saco Bay as shown on the draft contract drawings and as required by the specifications. As part of the spur jetty construction, the Contractor will reinforce a 250-ft length of the North Jetty, from Station 15+50 to 18+00.
The work includes mobilization and demobilization, the furnishment and delivery of stones, removal/rehandling/resetting of existing stones, and placement of new bedding, underlayer and armor stone for tie-in between the new and the existing structure. Anticipated stone required to construct the spur jetty and reinforce the existing north jetty includes approximately 12,000 tons of bedding stone; 18,000 tons of underlayer stone; and 50,000 tons of 8-12 ton armor stone (40,000 tons for the spur and 10,000 for the existing jetty reinforcement. The reinforcement work will require substantial moving and rehandling of existing stones to obtain the required interlocking placement and construction tolerances.
Construction, stone delivery, and access will be by water. Access to the breakwater by land is unavailable and no work should be completed from the crest of the breakwater. Environmental coordination and permitting is being completed by the U.S. Army of Engineers, New England District. Low tide water depths in the vicinity of the structure range from 12 to 50 feet, and the average tidal range is approximately 11 feet. The area is located 1500’ off the shoreline and subject to wave action. No spudding or anchoring into the existing structure is permitted.
The U.S. Army Corps of Engineers, New England District is looking for responses to the questions below from BOTH SMALL AND LARGE BUSINESSES:
- What constructability challenges does industry identify with delivery of stone and staging, considering no staging options are available on site?
- What constructability challenges does industry identify with performing the work, considering difficulty accessing the structure, water depths, large tidal range, and weather conditions?
- What constructability challenges does industry identify with obtaining enough stone from quarries (assumes award in late November and start around April)?
- Would industry benefit from a site visit if organized by the Government? Responses will determine the likeliness of this happening.
Draft drawings showing a concept design plan, and a draft Specification Section 01 11 00 SUMMARY OF WORK are included to help provide more context for responses to questions.
Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.), answers to questions above, type of equipment the firm might propose to use on the project, two (2) example projects performed by the firm in the last ten (10) years (including Points of Contact for those projects) showing experience with the proposed equipment and stone size handled for each project in a marine environment, and bonding capacity. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications meeting the same qualifications listed above, which will be used to support the bidder's effort. Firms may use subcontractor experience to demonstrate experience with the requirements, but the role and work performed by each team member (prime and subcontractors) on projects demonstrating that team member's experience shall be the same as the role for that team member for this project. Responses should include experience of Foreman and Crane Operators working on stone structures. Proof of bonding capability is required.
Responses are limited to twenty pages and due by June 13, 2025. Responses should be emailed to:
brian.t.mannion@usace.army.mil
The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.