Federal Contract Opportunity

Last Updated on 02 Apr 2025 at 7 PM
Solicitation
Jacksonville Florida

Naval Submarine Base Kings Bay Maintenance Dredging, Camden County, Georgia

Details

Solicitation ID W912EP25B0009
Posted Date 02 Apr 2025 at 7 PM
Response Date 27 Mar 2026 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W074 Endist Jacksnvlle
Agency Department Of Defense
Location Jacksonville Florida United states 32207

Possible Bidders

Krueger International Incorporated

Manitowoc Tupelo Green bay Washington Alexandria

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sign up to access Documents

Signup now
The U.S. Army Corps of Engineers, Jacksonville District, intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract. BASE: Work consists of maintenance dredging the locations to required depths indicated in the table below and on the drawings. The placement of the dredged material will be at Disposal Area Crab Island (D/A-C) as indicated on the drawings and as directed by the Contracting Officer. Additional Base work also includes bird monitoring and standby time. LOCATION and REQUIRED DEPTH Range H to I and Upper Turning Basin (UTB) 45-foot UTB, 45-foot and 47-foot Channel Range G to H and Explosive Handling Basin (EHB) 44-foot and 47-footRange E to G and Magnetic Silencing Facility (MSF) North 44-footSite Six North (SS-N) 39-footSite Six South (SS-S) and Medium Auxiliary Repair Dock (ARDM) Yoke 45-footExplosive Handling Wharves (EHW) 47-footRefit Wharves 47-footDry Dock Caisson Gate Sill and Dry Dock Caisson Gate Mooring Facility 46-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 on the drawings. The placement of the dredged material will be at Disposal Area Crab Island (D/A-C) as indicated on the drawings and as directed by the Contracting Officer. Option B work also includes bird monitoring and standby time. LOCATION and REQUIRED DEPTH Site Six South (SS-S) and Medium Auxiliary Repair Dock (ARDM) Yoke 45-footSite Six North (SS-N) 39-footExplosive Handling Wharves (EHW) 47-footRefit Wharves 47-footDry Dock Caisson Gate Sill and Dry Dock Caisson Gate Mooring Facility 46-foot OPTION C: Work consists of Mobilization/Demobilization for secondary maintenance dredging if demobilization from the site occurs after completing all the Base work. Bids are due on Wednesday, 02 April 2025 at 1:00 PM, EDT and Bid Opening will be held at 2:00 PM, EDT. A site visit will be held on Tuesday, 25 February 2025 at 10:00 AM, EST. See 52.236-27 SITE VISIT clause for details. Interested contractors are highly encouraged to attend and must follow site access requirements shown in the solicitation. NAICS CODE: 237990, Other Heavy and Civil Engineering Construction Small Business Size Standard is $37 million Magnitude of Construction is between $10,000,000 and $25,000,000. The anticipated period of performance for this project is 300 calendar days after Notice to Proceed (NTP). The period of performance is inclusive of 60 calendar days to commence work, and will be divided into base work and three options as follows: Base (including commencement and demobilization): 235 calendar days. Option A: 5 calendar days. Option B: 30 calendar days. Option C: 30 calendar days. THIS REQUIREMENT HAS BEEN SET-ASIDE FOR SMALL BUSINESS. ALL RESPONSIBLE SMALL BUSINESS CONTRACTORS ARE ENCOURAGED TO PARTICIPATE. The 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/. The only authorized transmission method for a bid in response to this solicitation is electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. NO OTHER TRANSMISSION METHODS (EMAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.) WILL BE ACCEPTED. The bids must be received by the Government by the date/time specified in the solicitation. Bidders shall submit their bid via the PIEE website?s Solicitation Module using the following link: https://piee.eb.mil/. Instructions on how to submit a bid can be found using the following link: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf All inquiries must be in writing via ProjNet. Instructions on how to access ProjNet will be included in the solicitation. All answers will be provided in writing via ProjNet.