SOLICITATION NOTICE
Z -- Naval Submarine Base Kings Bay, Maintenance Dredging, 44, 45 and 47-Foot Project, Camden County, Georgia
- Notice Date
- 1/31/2024 3:06:54 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP24B0004
- Response Due
- 3/12/2024 10:00:00 AM
- Archive Date
- 03/27/2024
- Point of Contact
- Guesley Leger, Phone: 9783188269, Manuela Voicu, Phone: 3146377452
- E-Mail Address
-
guesley.leger@usace.army.mil, manuela.d.voicu@usace.army.mil
(guesley.leger@usace.army.mil, manuela.d.voicu@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- A site visit will be held on 22 February 2024 at 10:00 AM, EST. Participants should contact Jen Tyler at 561-379-2854 or Jennifer.L.Tyler@usace.army.mil by Thursday, February 15, 2024 to coordinate base access. A Pre-Bid Conference will be held via teleconference on 26 February 2024 @ 10:00am EDT. The call-in number is: 1-844-800-2712, the Access Code is: 199 262 9798 and the link to be utilized is as follows: https://usace1.webex.com/meet/timothy.g.humphrey. DESCRIPTION OF WORK: a. Project 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 Crab Island (D/A-C) as shown on the drawings and as directed by the Contracting Officer. Additional Base work also includes bird monitoring and standby time. LOCATION���������������������������������������������������������������������������������������� REQUIRED DEPTH Range H to I and Upper Turning���������������������������������������������� 45-foot UTB, 45-foot and 47-foot Basin (UTB) Range G to H and Explosive�������������������������������������������������������������� 44-foot and 47-foot Handling Basin (EHB) Range E to G and Magnetic������������������������������������������������������������������� 44-foot Silencing Facility (MSF) North Site Six North (SS-N)������������������������������������������������������������������������������������ 39-foot Site Six South (SS-S) and Medium Auxiliary����������������������������������������� 45-foot Repair Dock (ARDM) Yoke Explosive Handling Wharves (EHW)����������������������������������������������������������� 47-foot Refit Wharves������������������������������ ������������������������������������������������������������47-foot Small Boat Basin������������������������������������������������������������������������������������� 24-foot Dry Dock Caisson Gate Sill and Dry Dock������������������������������������ ����������46-foot Caisson Gate Mooring Facility b. Option A work consists of supplying additional field cut weir riser boards as requested by the Contracting Officer. c. 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 Disposal Area Crab Island (D/A-C) as shown on the drawings and as directed by the Contracting������ Officer. Option B work also includes mobilization and demobilization, bird monitoring and standby time. LOCATION������������������������������������������������������������������������������������������������ REQUIRED DEPTH Site Six South (SS-S) and Medium Auxiliary�������������������������������������������������� 45-foot Repair Dock (ARDM) Yoke Site Six North (SS-N)��������������������������������������������������������������������������������������� 39-foot Explosive Handling Wharves (EHW)�������������������������������������������������������������� 47-foot Refit Wharves����������� ���������������������������������������������������������������������������������������47-foot Dry Dock Caisson Gate Sill and Dry Dock����������������������������������������������������� 46-foot Caisson Gate Mooring Facility Option C work consists of Mobilization/Demobilization for secondary maintenance dredging if demobilization from the site occurs after completing all the Base work. The project will have an estimated period of performance of 300 calendar days after receipt of the Notice to Proceed (NTP). The stated time 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. The Invitation for Bid (IFB) will be issued on or about 8 February 2024 and bids will be due on or about 12 March 2024. NAICS Code 237990, Other Heavy and Civil Engineering Construction, size standard $45.0 million. Magnitude of construction is between $10,000,000.00 and $25,000,000.00. ** Naval Submarine Base Kings Bay security requirements require a great deal of time and effort to satisfy prior to attaining access to the work site.� Detailed instructions for satisfying Naval Submarine Base Kings Bay security requirements will be included in the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94579e428f1a4642a908585083503df1/view)
- Place of Performance
- Address: Saint Marys, GA 31558, USA
- Zip Code: 31558
- Country: USA
- Zip Code: 31558
- Record
- SN06950933-F 20240202/240131230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |