CANO MARTIN PENA ECOSYSTEM RESTORATION PROJECT (CMP-ERP) CONTRACT 3 PHASE 1, EXCAVATION AND STABILIZATION
ID: W51DQV25RA004Type: Solicitation
AwardedSep 30, 2025
$57.4M$57,427,000
AwardeeNOVEL CONSTRUCTION LLC 1738 CALLE AMARILLO SUITE 205 BOX 15 San Juan PR 00926 USA
Award #:W51DQVCA007
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SR ENDIST CARIBBEAN(PROVIS)SAN JUAN, PR, 00918-0000, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF CANALS (Z2KB)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Caño Martín Peña Ecosystem Restoration Project (CMP-ERP) Contract 3, focusing on excavation and stabilization efforts in San Juan, Puerto Rico. This project aims to restore the tidal connection between San José Lagoon and San Juan Bay, involving extensive site development activities such as dredging, debris removal, and the installation of protective structures to enhance local ecosystems. The contract is estimated to range between $25 million and $100 million, with a completion timeline of 1363 days post-notice, and requires firm-fixed-price bids submitted electronically via the Procurement Integrated Enterprise Environment. Interested contractors should contact Anika Hillaire at anika.c.hillaire@usace.army.mil or call 787-200-2330 for further details, with proposals due by July 7, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Caño Martín Peña Ecosystem Restoration Project (CMP) aims to restore the tidal connection between San José Lagoon and San Juan Bay, enhancing dissolved oxygen levels, biodiversity, and mangrove habitats. Sponsored by Puerto Rico's Department of Natural and Environmental Resources and Corporación del Proyecto ENLACE, the project encompasses several contracts and phases of implementation. Key activities include channel excavation, vegetation removal, and solid waste management, with ongoing contracts for scour protection and stabilization. Notably, Contract 3 involves channel excavation phases with detailed specifications for dredging, steel sheet pilings, and ecological restoration. The solicitation for contractors, numbered W51DQV25RA004, allows for firm-fixed-price bids and requires completion within 1363 days post-notice. Contracting methods incorporate submission via Procurement Integrated Enterprise Environment, with a bid guarantee and performance bonding requirements. The project's estimated cost ranges between $25 million and $100 million. The construction phase emphasizes community outreach to address impacts on local residents and adherence to strict environmental standards. This ecosystem restoration initiative illustrates federal efforts toward environmental recovery and local ecosystem sustainability.
    This document is an amendment to the solicitation for the Caño Martin Peña Ecosystem Restoration Project (CMP-ERP) related to Phase 1: Excavation and Stabilization in San Juan, Puerto Rico. The amendment introduces aerial images dated September 2023, which are intended to provide a general understanding of the site conditions without substituting an on-site visit; contractors are reminded of their obligation to inspect the site as per FAR 52.236-3. The amendment does not alter any existing terms and conditions of the contract other than adding these images. Contractors must acknowledge receipt of this amendment to ensure their offers are considered, with instructions for acknowledgment provided. The document is officially signed by the contracting officer, reflecting a systematic administrative update to maintain compliance and clarity for the stakeholders involved in the project.
    The document serves as an amendment to a solicitation for the Caño Martin Peña Ecosystem Restoration Project (CMP-ERP) in San Juan, Puerto Rico. It updates the due date for proposals to July 7, 2025, modifies the required performance timeline, and revises the Instructions to Offerors based on inquiries received. The project falls within a construction magnitude of $25 million to $100 million, categorized under NAICS code 237990, with a small business size standard of $45 million. Key requirements include an organized site visit, mandatory bid bonds, and the provision of insurance and performance bonds. The proposal process emphasizes electronic submission via a specific government platform, prohibiting alternative methods, and necessitating adherence to strict formatting guidelines. The evaluation will prioritize three key factors: Technical Approach, Past Performance, and Price, using a best value trade-off approach. Proposals must exhibit expertise in critical areas like mechanical dredging, dredged material management, and environmental safety protocols. Ensuring that all documents are accurate, complete, and properly formatted is essential for consideration. The amendment underscores the importance of proactive communication and compliance throughout the bidding process.
    Similar Opportunities
    INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES TO SUPPORT THE CARIBBEAN DISTRICT AND USACE
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Caribbean District, is seeking qualified small business firms to provide architect and engineering (A-E) services for topographic and hydrographic surveying and mapping. The contract aims to support various civil works projects within the geographic boundaries of Puerto Rico and the Antilles, including tasks such as property boundary surveys, geodetic control surveys, and inland hydrographic surveying. This Indefinite Delivery, Indefinite Quantity contract will have a maximum order limit of $5 million over a potential five-year period, with responses due to the primary contact, Katrina Chapman, at katrina.l.chapman@usace.army.mil by the specified deadline. Interested firms are encouraged to submit a Statement of Capability detailing their experience, equipment, and past performance relevant to the required services.
    Mid-Bay James Island Phase 1 Ecosystem Restoration
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Baltimore District, is soliciting bids for the Mid-Bay James Island Phase 1 Ecosystem Restoration project located in Dorchester County, Maryland. This contract involves the construction of dikes and the dredging and stockpiling of sand materials to facilitate ecosystem restoration efforts in the Chesapeake Bay area. The project is significant for enhancing the ecological health of the region and is expected to have a construction value between $100 million and $250 million, with a revised duration of approximately 540 calendar days from the Notice to Proceed. Interested contractors can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or call 410-962-4978 for further details.
    Comprehensive Everglades Restoration Plan, Broward County Water Preserve Areas, Contract 2, C-11 Impoundment and Mitigation Area A, Broward County, Florida
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Comprehensive Everglades Restoration Plan (CERP) in Broward County, Florida, specifically for Contract 2, C-11 Impoundment and Mitigation Area A. This large-scale construction project, valued at over $500 million, aims to enhance stormwater management, groundwater recharge, and environmental sustainability by constructing a significant earthen reservoir, embankments, and water control structures. The solicitation is open to all offerors and requires registration in the System for Award Management (SAM) to be eligible for contract award. Proposals are due by January 9, 2026, with a pre-proposal conference and site visit having already taken place, and interested parties can contact Ligaya Lowe at ligaya.m.lowe@usace.army.mil or Manuela Voicu at manuela.d.voicu@usace.army.mil for further information.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River Hopper Dredge Disposal Area project, specifically Project 24-2 located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of this material in designated restoration areas, adhering to specified dimensions outlined in the contract drawings. This dredging project is significant for maintaining navigational channels and environmental restoration, with a contract value estimated between $25 million and $100 million. The solicitation is expected to be issued around December 5, 2024, and interested vendors should register on Sam.gov and contact Cori A. Caimi or Bambi Raja for further details.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 3-2025, aimed at maintaining navigable waterways from Baton Rouge to the Gulf of Mexico. The contract requires the provision of a fully crewed and equipped self-propelled trailing suction hopper dredge for various dredging operations, with an estimated value between $10 million and $25 million. This project is critical for ensuring efficient transportation and environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and comply with affirmative action programs, with further inquiries directed to Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    NPS Beach Channel Drive Bulkhead
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.