COMPREHENSIVE EVERGLADES RESTORATION PLAN (CERP) INDIAN RIVER LAGOON SOUTH (IRL-S) C-44 RESERVOIR AND STORMWATER TREATMENT AREA (C-44 RSTA) SEEPAGE MANAGEMENT FEATURE - RELIEF WELLS CONTRACT A, MARTIN COUNTY, FLORIDA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.
Quick Summary
The U.S. Army Corps of Engineers-Jacksonville District (USACE) conducted a virtual Industry Day and is conducting market research for the Comprehensive Everglades Restoration Plan (CERP) Indian River Lagoon South (IRL-S) C-44 Reservoir and Stormwater Treatment Area (C-44 RSTA) Seepage Management Feature - Relief Wells Contract A in Martin County, Florida. This Special Notice seeks industry capabilities and feedback for preliminary planning; it is not a solicitation for proposals. The project involves constructing approximately 126 groundwater pressure relief wells.
Project Scope
The work is located on approximately 12,000 acres in Martin County, Florida, north of Citrus Boulevard and the C-44 Canal. It entails constructing 126 pre-designed relief wells, approximately 60 ft deep, with 10-inch diameter stainless steel risers and high-flow screens in 18-24 inch boreholes. Construction includes managing borehole wall stability, backfilling with filter media, sealing with bentonite and grout, and constructing surface protection, access, and discharge features (12-inch pipe to a concrete headwall). The project also requires documenting construction, development, and pump testing of all wells. Draft specifications for relief wells and earthwork have been provided.
Contract Details & Timeline
- Contract Type: This is a Special Notice for an Industry Day and Sources Sought; no contract will be awarded from this notice. The anticipated future contract type is Firm-Fixed-Price.
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Small Business Size Standard: $45.0 million
- Anticipated Period of Performance: 1060 calendar days from Notice to Proceed (NTP), with work commencing within 60 days of NTP.
- **Tentative Acquisition Milestones (from Industry Day presentation):
- Pre-solicitation: January 2027
- Advertisement: February 2027
- Proposals Due: March 2027
- Award Date: May 2027
Industry Day & Response Information
A virtual Industry Day was held on April 1, 2026, covering the scope of work, design, construction considerations, acquisition timeline, and contracting requirements. Breakout sessions were available for prime contractors.
- Capabilities Statement Deadline (Passed): March 30, 2026, 5:00 PM EDT (for Industry Day registration and breakout session requests).
- Questions Deadline: Technical questions must be submitted via ProjNet using Bidder Inquiry Key R3V4PZ-5WFPW8 by April 8, 2026, 5:00 PM EDT.
- Capabilities Statement Content: Firms were requested to submit a 10-page capabilities statement including company details, interest in proposing, capability to perform (with two project examples), business type/small business category, UEI, prime/sub-contractor intent, bonding capacity, and responses to 14 technical questions and 10 Project Labor Agreement (PLA)-related questions.
- Contacts: Ligaya Lowe (ligaya.m.lowe@usace.army.mil) and Martha Sequeira (martha.g.sequeira@usace.army.mil).
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation. All interested Offerors are required to access SAM.gov for future updates. SAM registration will be required to receive an award.