SOLICITATION NOTICE
Z -- EMERGENCY MAINTENANCE PROJECTS: U.S. NAVY SUBMARINE BASE, KINGS BAY, CAMDEN COUNTY, GEORGIA (44 AND 46-FOOT PROJECT); & MARINE CORPS SUPPORT FACILITY - BLOUNT ISLAND, DUVAL COUNTY, FLORIDA (38-FOOT PROJECT)
- Notice Date
- 2/27/2015
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- GROUP2-10-R-J012
- Response Due
- 3/5/2015
- Archive Date
- 4/28/2015
- Point of Contact
- Tedra Nicole Thompson, 904-232-2016
- E-Mail Address
-
USACE District, Jacksonville
(tedra.n.thompson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- EMERGENCY MAINTENANCE PROJECTS: U.S. NAVY SUBMARINE BASE, KINGS BAY, CAMDEN COUNTY, GEORGIA (44 AND 46-FOOT PROJECT); & MARINE CORPS SUPPORT FACILITY - BLOUNT ISLAND, DUVAL COUNTY, FLORIDA (38-FOOT PROJECT) SOLICITATION NUMBER: GROUP2-10-R-J012 RESPONSE DATE: March 5, 2015 CONTRACT SPECIALIST NAME & PHONE NUMBER: Tedra N. Thompson, (904) 232-2016 THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER For GROUP 2 use: W912EP-10-R-0024 & W912EP-13-R-0008: Cottrell Contracting Corporation (W912EP-11-D-0011); Southern Dredging Co., Inc. (W912EP-11-D-0012); Southwind Construction Corp. (W912EP-11-D-0014); Coastal Dredging Company, Inc. (W912EP-11-D-0016); Florida Dredge and Dock, LLC (W912EP-11-D-0017); Barnett Southern Corporation (W912EP-11-D-0018); 4H Construction Corporation (W912EP-11-D-0019); Goodloe Marine, Inc (W912EP-11-D-0020); Caldwell Marine International and Palm Beach Marine Construction, JV (W912EP-11-D-0021); Inland Marine Services, LLC (W912EP-11-D-0024); Vortex Marine Construction, Inc. (W912EP-11-D-0025); C. F. Bean LLC (W912EP-13-D-0023); Cavache, Inc. (W912EP-13-D-0024); Matthews Marine, Inc (W912EP-13-D-0025); and Inland Dredging Company, LLC (W912EP-13-D-0026) PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP 2 DREDGING POOL. A Pre-Proposal Conference will be held on Wednesday, March 4, 2015 from 3:00pm - 4:00pm, EST via teleconference. The call-in number is: 877-873-8017 and the PARTICIPANT CODE is: 6479196. SECURITY CODE is: 1234. It is requested that an email be sent to Tedra.N.Thompson@usace.army.mil to confirm attendance by your organization. Special Requirement: Security Form SECNAV 5512/1 must be completed and provided to Mr. Tony Jones No Later Than (NTL) 12:00pm, EST on Monday, March 2, 2015. See FAR Clause 52.236-27. DESCRIPTION OF WORK: This project consists of maintenance dredging of shoal material at two different locations; Kings Bay U.S. Navy Submarine Base - Inner Channel (KBIC) and Marine Corps Terminal (MCT) within the Marine Corps Facility on Blount Island (USMC-BI). The straight line distance between the two areas is approximately 28 miles and a waterway distance is approximately 45 nautical miles. The work is divided into a Base and six options. The first order of work for the Base is the KBIC Site Six Operating Area - South and the second order of work is MCT. All options pertain to KBIC. The base involves maintenance dredging of approximately 70,000 cubic yards at Site Six South with 45-foot required depth and approximately 205,000 cubic yards from Marine Corps Terminal at Blount Island Station 00+00 to Station 56+09.1 with 38-foot required depth. The dredged material will be placed in Disposal Mainside (D/A-M) and Dayson Island DMMA (D/A-D) respectively. The options involve maintenance dredging of approximately 1,200,000 cubic yards from Kings Bay Inner Channel. For the base and the five dredging options, this contract incorporates two feet of allowable overdepth throughout. Incidental Base work includes bird monitoring, turbidity and disposal monitoring, and standby time. *KBIC Site Six must be complete No Later Than (NLT) March 21, 2015 Magnitude of construction is between $5,000,000.00 and $10,000,000.00. The request for proposal will be issued on 27 February 2015 and proposals will be due on or about 5 March 2015. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). The technical evaluation factors are availability of technically acceptable plant and equipment and past performance under Group 2 DREDGING POOL. See attached request for proposal for submission requirements. The request for proposal will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments, firms must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. NAICS Code 237990, size standard $20 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/GROUP2-10-R-J012/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN03653961-W 20150301/150227235225-ea71568153a4de61a9004a2c6eaaab42 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |