Similar Projects
Asbestos Abatement / Decontamination at Cape Henlopen State Park Biden Center
Alteration
Post-Bid
$2,000,000 est. value
Lewes, DE 19958

Demolition of 235-239 West Loockerman Street
Demolition, Infrastructure
Sub-Bidding
$60,000 CJ est. value
Dover, DE 19904

Lead Abatement
Alteration
Post-Bid
$300,000 est. value
Wilmington, DE

2022 Asbestos Abatement at the Richards Shields Elementary School
Alteration
Results
Lewes, DE 19958

Last Updated 10/21/2022 08:42 AM
Project Title

Periodic Renourishment, Rehoboth/Dewey, Bethany/South Bethany, and Fenwick Island Beaches, Delaware

Physical Address View project details and contacts
City, State (County) Dewey Beach, DE 19971   (Sussex County)
Category(s) Single Trades
Sub-Category(s) Environmental
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value $100,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

PROJECT TITLE: Periodic Renourishment, Rehoboth/Dewey, Bethany/South Bethany, and Fenwick Island Beaches, Delaware. Solicitation Number: W912BU22B0017 , W912BU22-PeriodicRenourish_RehobothDewey_BethanySouthBethany_Fenwickisland PROJECT DESCRIPTION: The project will include a base bid, which includes restoring each project to the design template and up to two options per beach (Rehoboth Beach, Dewey Beach, Bethany Beach, etc.), for placement of additional sand as advanced nourishment. TYPE OF CONTRACT: FIRM FIXED PRICE. NAICS CODE: 237990. SIZE STANDARDS: $30 MILLION. FULL AND OPEN COMPETITION UNRESTRICTED. BID OPENING DATE: 19 October 2022 AT 11:00AM EST. The Army Corps of Engineers, Philadelphia District, intends to conduct Construction contract work which consists of periodic renourishment for the Rehoboth/Dewey, Bethany/South Bethany and Fenwick Island beaches to bring the beaches back to the authorized beach design template. The beach template for the three project areas includes: The Rehoboth/Dewey Beach consists of 15,000 ft including end tapers, a minimum 60-ft berm at an elevation of 7.2 ft NAVD extending at a slope of 1V:10H above MWH, and a dune with 25-ft crest at elevation of 13.2 ft NAVD. The Bethany/South Bethany Beach consists of 14,500 ft including end tapers, a minimum 35-ft berm at an elevation of 7.0 ft NAVD extending at a slope of 1V:10H above MWH, and a dune with 25-ft crest at elevation of 13.0 ft NAVD. The Fenwick Island Beach consists of 6,500 ft including end tapers, a minimum 75-ft berm at an elevation of 7.7 ft NAVD extending at a slope of 1V:10H above MWH, and a dune with 25-ft crest at elevation of 17.7 ft NAVD. The intended borrow areas for each of the beachfills includes Rehoboth/Dewey - Borrow Area B; Bethany/South Bethany - Borrow Area E, and Fenwick Island - Fenwick Borrow Area. Following solicitation issuance, bid opening date will occur at least 30 days after the Solicitation. It is projected the project will include a base bid, which includes restoring each project to the design template and up to two options per beach (Rehoboth Beach, Dewey Beach, Bethany Beach, etc.), for placement of additional sand as advanced nourishment. The contract period of performance is 270 calendar days from the Notice to Proceed (NTP). Contractor must be prepared to commence work within ten (10) days of the Notice to Proceed (NTP). Any contract issued will be issued as a Firm Fixed Price Contract for Periodic Renourishment, Rehoboth/Dewey, Bethany/South Bethany, and Fenwick Island Beaches, Delaware. Performance and Payment bonds will be required for 100% of contract award. The NAICS code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $32.5 Million. Estimated cost range of the project is $25,000,000 to $100,000,000. Responses 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 the first page of the 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). Request for Information (RFI): The Prospective Bidders may submit RFI inquiries relating to the solicitation by email to the following: Cheley Auguste, Contract Specialist: email: Cheley.auguste@usace.army.mil. RFIs shall be submitted by 11:00 AM EST, 28 September 2022. The interested offeror may submit any technical questions concerning this IFB at the earliest time possible to enable the Contracting Officer to respond. When submitting your RFI, please provide the project name, location, and solicitation number. Online Bid Opening. As there will be a limited number of seats available for the public opening, we are requesting each company send only one representative. We require minimum distancing and masks as does the Wanamaker building. Please e-mail cheley.auguste@usace.army.mil if you intend to attend and the name of your representative. We will also have a conference line available for the bid opening. If you would like to attend by conference line only, a call-in number will be provided ONLY upon request. This is Amendment is issued to extend the RFI date from 9/28/2022 to 10/03/2022. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 01 - General Requirements, Special Procedures, Environmental Procedures.
Division 02 - Existing Conditions, Environmental Assessment, Hazardous Material Assessment, Site Remediation, Asbestos Remediation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents