Opportunity

SAM #GROUP126RJ003

Maintenance Dredging Services at Naval Submarine Base Kings Bay, Georgia

Buyer

Jacksonville District

Posted

April 08, 2026

Respond By

May 08, 2026

Identifier

GROUP126RJ003

NAICS

237990

This opportunity involves maintenance dredging at Naval Submarine Base Kings Bay in Camden County, Georgia, managed by the U.S. Army Corps of Engineers, Jacksonville District. - Government Buyer: - U.S. Army Corps of Engineers, Jacksonville District (ENDIST JACKSONVILLE) - Scope of Work: - Base maintenance dredging to specified depths - Placement of dredged material at Disposal Area 1 and Disposal Area 2 - Bird monitoring and standby time - Mobilization and demobilization - Option A: Supply of field cut weir riser boards - Option B: Secondary maintenance dredging, with associated bird monitoring and standby time - Option C: Mobilization/demobilization for secondary dredging if required - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Maintenance dredging services (base and options) - Supply of field cut weir riser boards - Unique Requirements: - Bird monitoring during dredging operations - Standby time provisions - Options may be exercised concurrently or sequentially - Project is a total small business set-aside under NAICS 237990 (Dredging and Surface Cleanup Activities) - Estimated contract value between $10 million and $25 million - Performance period is 305 calendar days after Notice to Proceed, including 60 days to commence work

Description

THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY:NOTICE OF INTENT TO ORDER: THIS OPPORTUNITY IS AVAILABLE ONLY TOTHE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP25R0010:AGM Marine Contractors Inc. (W912EP25D0011); AHTNA Marine and Construction Company LLC (W912EP25D0012); Atlantic and Gulf Dredging and Marine LLC (W912EP25D0013); Coastal Dredging Co., Inc. (W912EP25D0014); Cottrell Contracting Corporation (W912EP25D0015); Next Generation Logistics LLC. (W912EP25D0016); Southern Dredging Co, Inc. (W912EP25D0017); Southwind Corporation Corp. (W912EP25D0018); and Waterfront Property Servies LLC Gator Services (W912EP25D0019).A Pre-Bid Conference will be held via teleconference on 27 April 2026 @ 10:00AM, EDT.Please utilize the link and call information provided below:- LINK: HTTPS://WWW.MICROSOFT.COM/EN-US/MICROSOFT-TEAMS/JOIN-A-MEETING- Meeting ID: 993 325 182 157 / PASSCODE: 85YU3Wy3- DIAL IN BY PHONE: +1 503-207-9433 / PHONE CONFERENCE ID: 793 526 23#It is requested that an email be sent to Guesley.Leger@usace.army.mil and Timothy.G.Humphrey@usace.army.mil no later than 24 April 2026 at 1:00 PM, EDT to confirm attendance by your organization.DESCRIPTION OF WORK: Work is divided into a Base and three options as indicated below. For the base and dredging options, this contract incorporates two feet of allowable overdepth throughout.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 Disposal Area 1 (D/A-1) and Disposal Area 2 (D/A-2) as shown on the drawings and as directed by the Contracting Officer. Additional Base work also includes bird monitoring and standby time.Option AWork consists of supplying additional field cut weir riser boards as requested by the Contracting Officer.Option BWork 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 Disposal Area 1 (D/A-1) and Disposal Area 2 (D/A-2) as shown on the drawings and as directed by the Contracting Officer. Option B work also includes bird monitoring and standby time.Option CWork consists of Mobilization/Demobilization for secondary maintenance dredging if demobilization from the site occurs after completing all the Base work.The Request for Proposals (RFP) will be issued on or about 8 April 2026 and proposals will be due on or about 8 May 2026. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). See forthcoming request for proposal for submission requirements.NAICS Code 237990, Dredging and Surface Cleanup Activities. The Small Business Standard is $37 million.The Price Target Range is between $10,000,000.00 and $25,000,000.00.This project will have an estimated period of performance of 305 calendar days after issuance of Notice to Proceed (NTP), including 60 calendar days to commence work.BASE: 230 Cal Days w/ Mob and Demob.OPTION A: (Concurrent)OPTION B: 45 Calendar DaysOPTION C: 30 Calendar DaysTHIS IS A TOTAL SMALL BUSINESS SET-ASIDE REQUIREMENT. 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/. Additional Links:Department of Defense Procurement ToolboxPIEE Solicitation Module Link for GROUP126RJ003Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module

View original listing