SOLICITATION NOTICE
Z -- Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
- Notice Date
- 8/28/2025 9:12:27 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP25RA006
- Response Due
- 10/28/2025 11:00:00 AM
- Archive Date
- 11/12/2025
- Point of Contact
- Ireisha Adams, William Wallace
- E-Mail Address
-
ireishal.c.adams@usace.army.mil, william.j.wallace@usace.army.mil
(ireishal.c.adams@usace.army.mil, william.j.wallace@usace.army.mil)
- Description
- Description of Work: The project work includes the removal of the existing concrete cap of the bulkhead walls, installation of new steel sheet pile bulkhead walls with cast-in-place concrete cap and precast concrete wall panel cap, site grading, and mechanical/plumbing/electrical equipment replacements and additions, and storm water outfall pipe extensions. The work also includes the removal and replacement of the asphalt/concrete pavement, timber guide and mooring piles, floating docks and aluminum ramps (where indicated on the plans), and modification of the fixed docks. The overall project site components encompass work to done within and around the four marina basins (Whitewater Bay, Florida Bay, Visitor Center Bay, and Maintenance Marina Bay) located at the Flamingo Marina in the Everglades National Park. Shallow draft barges or similar is authorized, with approval by the Government, for use so long as dredging of the basins is not required, at no additional cost to the Government. Specific project components include the following items and incidental related work: The new sheet pile bulkhead wall systems are comprised of a total of approximately 3,900 linear feet. The installation of the sheet pile walls is offset 22 inches from the existing bulkhead walls for Whitewater Bay, Florida Bay, and Maintenance Marina Bay; and offset 22.5 inches from the existing bulkhead walls for Visitor Center Bay. The offset dimension is measured from the exterior face of the existing soldier piles to the centerline of the sheet piles. Flowable fill will be placed between the two wall systems. The precast concrete wall panel cap will overhang the sheet pile walls and tied into cast-in-place concrete cap, resulting in both wall systems being encompassed. The placement of the wall systems must not extend through the canal plug between Whitewater Bay and Florida Bay, and the structural canopy in Maintenance Marina Bay. The floating docks and aluminum ramps affected by the placement of the new wall systems (indicated on the plans) will be removed, stored, and reinstalled in approximately the same location. The affected docks will also include the removal and replacement of the timber guide and mooring piles. The fixed docks will remain in place with only the affected portions to be removed, modified, and reinstalled. Areas that involve work for the floating and fixed docks are located in Whitewater Bay and Florida Bay. The replacement of all the floating docks (indicated on the plans) must be replaced with aluminum floating docks and are identified as Option A of the project. The mechanical/plumbing/electrical equipment replacements and additions for Whitewater Bay, Florida Bay, and Maintenance Marina Bay will include the removal and replacement of utility pedestals, boat off-loading sewage pumps, fuel dispensers, electrical (circuit breaker) panels, plumbing and wiring/conduits for the equipment, sewage shore ties, and equipment housekeeping pads. The mechanical/plumbing/electrical equipment replacements and additions will also include the removal of the makeshift water stations on the east side of the Marina Store and the installation of a packaged utility wastewater pumping station (grinder pump) at the south wall of the Maintenance Marina Bay. Order of Work: The work for each of the bay/basin must be completed in the following order: (1) Whitewater Bay (STA 1+00 to STA 7+29.37) and Florida Bay (STA 7+67.42 to STA 11+37.78), (2) Whitewater Bay (STA 7+29.37 to STA 13+75.80), (3) Florida Bay (STA 1+00 to STA 7+67.42), (4) Visitor Center Bay, and (5) Maintenance Marina Bay. The first stage of work of the project must include all features of work indicated in the plans for Whitewater Bay from Station 1+00 to Station 7+29.37 and Florida Bay from Station 7+67.42 to Station 11+36.49. The work must include the removal of the existing concrete caps and installation of the sheet pile wall, precast concrete wall panel cap, cast-in-place concrete cap, and flowable fill. The placement of the wall systems must not extend through the canal plug between Whitewater Bay and Florida Bay. The work must also include the removal and replacement of the associated asphalt sidewalks and the mechanical/plumbing/electrical work. The floating docks must be removed, stored, and reinstalled in approximately the same location with the removal and replacement of the timber guide and mooring piles. The fixed docks will remain in place with only the affected portions to be removed, modified, and reinstalled. The replacement of all the floating docks (indicated on the plans) must be replaced with aluminum floating docks and are identified as Option A of the project. This stage of work must be completed and accepted by the Government prior to continuing to the next stage of work. The second stage of work of the project (Option B) must include all features of work indicated in the plans for Whitewater Bay from Station 7+29.37 to Station 13+75.80. The work must include the removal of the existing concrete caps and installation of the sheet pile wall, precast concrete wall panel cap, cast-in-place concrete cap, flowable fill, and extension of the outfall pipe. The work must also include the removal and replacement of the associated asphalt sidewalks and the mechanical/plumbing/electrical work. The floating docks must be removed, stored, and reinstalled in approximately the same location with the removal and replacement of the timber guide and mooring piles. The fixed docks will remain in place with only the affected portions to be removed, modified, and reinstalled. The replacement of all the floating docks (indicated on the plans) must be replaced with aluminum floating docks and are identified as Option A of the project. This stage of work must be completed and accepted by the Government prior to continuing to the next stage of work. The third stage of work f the project (Option C) must include all features of work indicated in the plans for Florida Bay from Station 1+00 to Station 7+67.42. The work must include the removal of the existing concrete caps and installation of the sheet pile wall, precast concrete wall panel cap, cast-in-place concrete cap, flowable fill, and extension of the outfall pipe. The work must also include the removal and replacement of the associated asphalt sidewalks and the mechanical/plumbing/electrical work. The floating docks must be removed, stored, and reinstalled in approximately the same location with the removal and replacement of the timber guide and mooring piles. The fixed docks will remain in place with only the affected portions to be removed, modified, and reinstalled. The replacement of all the floating docks (indicated on the plans) must be replaced with aluminum floating docks and are identified as Option A of the project. This stage of work must be completed and accepted by the Government prior to continuing to the next stage of work. The fourth stage of work of the project (Option D) must include all features of work indicated in the plans for Visitor Center Bay from Station 1+00 to Station 6+86.31. The work must include the removal of the existing concrete caps and installation of the sheet pile wall, precast concrete wall panel cap, cast-in-place concrete cap, flowable fill, and extension of the outfall pipe. The work must also include the removal and replacement of the concrete sidewalk near the Visitor Center building. This stage of work must be completed and accepted by the Government prior to continuing to the next stage of work. The fifth stage of work of the project (Option E) must include all features of work indicated in the plans for Maintenance Marina Bay from Station 1+00 to Station 10+63.10. The work must include the removal of the existing concrete caps and installation of the sheet pile wall, precast concrete wall panel cap, cast-in-place concrete cap, and flowable fill. The placement of the wall systems must not extend through the structural canopy in Maintenance Marina Bay. The work must also include the removal and replacement of the associated asphalt sidewalks and the mechanical/plumbing/electrical work. The floating docks must be removed, stored, and reinstalled in approximately the same location. Project Location: The project is located at the Flamingo Marina in the Everglades National Park (ENP) in Monroe County, Florida. The exact location will be shown by the Contracting Officer. The project consists of a base and six options. The anticipated Period of Performance is 1,375 calendar days from issuance of Notice to Proceed. PROPOSAL REQUIREMENTS: The Request For Proposal (RFP) will be issued on or about 11 September 2025 and bids will be due on or about 28 October 2025. A Draft copy of the Specifications and Plans will be uploaded on or about 11 September 2025 for comments. NAICS Code 237990 � Other Heavy and Civil Engineering Construction SMALL BUSINESS STANDARD SIZE IS $45,000,000.00. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000 in accordance with DFARS 236.204. TYPE OF CONTRACT: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. TYPE OF SET-ASIDE: This acquisition will be an Unrestricted (Full and Open) competitive procurement. PROPOSAL REQUIREMENTS: This acquisition will be procured as a Design-Bid-Build, Firm-Fixed Price, construction contract on a full and open basis utilizing Best Value Tradeoff Source Selection Process in accordance with FAR 15 procedures. THIS IS UNRESTRICTED. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. ANTICIPATED SOLICITATION RELEASE DATE: The solicitation will be issued on or about Thursday, 11 September 2025 with a response date on or about Tuesday, 28 October 2025. Solicitation will be issued in electronic format only and will be posted on the Procurement Integrated Enterprise Environment (PIEE) website. REGISTRATION: In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the sam.gov website. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to receive an award from this solicitation. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Ireishal Adams, Ireishal.C.Adams@usace.army.mil and William.J.Wallace@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/573351bffa3d4dd6b39b55eb25366d5c/view)
- Place of Performance
- Address: Homestead, FL, USA
- Country: USA
- Country: USA
- Record
- SN07571037-F 20250830/250828230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |