Skip to main content

An official website of the United States government

You have 2 new alerts

Naval Submarine Base Kings Bay Maintenance Dredging 44, 45, and 47-Foot Project Camden County, Georgia

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Mar 08, 2022 02:50 pm EST
  • Original Published Date: Feb 16, 2022 03:19 pm EST
  • Updated Date Offers Due: Mar 18, 2022 02:00 pm EDT
  • Original Date Offers Due: Mar 18, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 02, 2022
  • Original Inactive Date: Apr 02, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1KF - MAINTENANCE OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    GA
    USA

Description

SUBJECT:  Z – NAVAL SUBMARINE BASE KINGS BAY, MAINTENANCE DREDGING, 44, 45 AND 47-FOOT PROJECT, CAMDEN COUNTY, GEORGIA

SOLICITATION NUMBER:  W912EP22B0002

RESPONSE DATE:  18 March 2022

CONTRACT SPECIALIST NAME & PHONE NUMBER:  Frederick L. Cooper, (904) 232-1186

A Pre-Bid Conference will be held via teleconference on 03 March 2022 @ 10:00am, Local Time.  The call-in number is: 1-844-800-2712, the Access Code is: 1997545390.  It is requested that an email be sent to Frederick.L.Cooper@usace.army.mil to confirm attendance by your organization.

DESCRIPTION OF WORK: The project is located at Camden County, Georgia

Project work consists of work divided into a Base and three Options.  For the base and dredging options, this contract incorporates two feet of allowable overdepth throughout.  Work also includes Bird Monitoring and Standby Time.

Base work consists of maintenance dredging the locations to required depths indicated in the table below and shown on the drawings. The placement of the dredged material will be at Crab Island (D/A-C) as shown on the drawings and as disrected by the Contracting Officer.  Additional Base work also includes bird monitoring and standby time.

LOCATION                                                   REQUIRED DEPTH

Station 31+800 to Station 48+175               44-foot, 45-foot and 47-foot.

Upper Turning Basin                                    45-foot

Site Six North                                               39-foot

Magnetic Silencing Facility (MSF)                44-foot

North              

                       

Explosive Handling Basin                             44-foot and 47-Foot

Site Six Operating area South and                45-foot

Medium Auxiliary Repair Dock

(ARDM) Yoke Area

Explosive Handling Wharves (EHW)             47-foot

Refit Wharves                                                47-foot

Dry Dock Caisson Gate Sill and                    46-foot

Dry Dock Caisson Gate Mooring

Facility

Port Security Barrier Mooring Area               12-foot

Option A work consists of supplying additional field cut weir riser boards as requested by the Contracting Officer.

Option B work consists of secondary maintenance dredging.  The locations and required depths are indicated in the table below and shown on the drawings.  The placement of the dredged material will be at the Disposal Area 1 (D/A-1) and Crab Island (D/A-C) as shown on the drawings and as directed by the Contracting Officer.  Option B work also includes additional mobilization and demobilization, bird monitoring and standby time.

LOCATION                                                   REQUIRED DEPTH

Site Six Operating area South and                 45-foot

Medium Auxiliary Repair Dock

(ARDM) Yoke Area

Explosive Handling Wharves (EHW)              47-foot

Refit Wharves                                                 47-foot

Dry Dock Caisson Gate Sill and                    46-foot

Dry Dock Caisson Gate Mooring

Facility

Site Six North                                                 39-foot

Option C work consists of maintenance dredging the locations required depths indicated in the table below and shown on the drawings.  The placement of the dredged material will be at Crab Island (D/A-C) as shown on the drawings and as directed by the Contracting Officer.  Option C work also includes bird monitoring.

LOCATION                                                   REQUIRED DEPTH

Interior of Magnetic                                        44-foot

Silencing Facility (MSF)

Magnetic Silencing Facility                            44-foot

(MSF) South

The Invitation for Bid (IFB) will be issued on or about 16 February 2022 and bids will be due on or about 18 March 2022.

NAICS Code 237990, Other Heavy and Civil Engineering Construction, size standard $30.0 million.

Magnitude of construction is between $15,000,000.00 and $20,000,000.00.

THIS IS AN INVITATION SMALL BUSINESS SET-ASIDE ACQUISITION.  ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE.

NOTE: In accordance with FAR 19.1309(b)(1), FAR Clause 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns, will be included in the Solicitation and resulting Contract.

Solicitation will be issued in electronic format only and will be posted on the Sam.gov website at https://sam.gov/.  In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Sam.gov website at https://sam.gov/.  If you are not registered, the Government is not responsible with providing you with notification of any amendments to this solicitation.  You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation.  For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 701 SAN MARCO BLVD
  • JACKSONVILLE , FL 32207-0019
  • USA

Primary Point of Contact

Secondary Point of Contact

History