SOLICITATION NOTICE
Z -- Kings Bay Inner Channel & Marine Corps. Terminal FY16
- Notice Date
- 1/12/2016
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- GROUP2-10-R-J014
- Archive Date
- 2/27/2016
- Point of Contact
- Tedra N. Thompson, Phone: 9042322016, Ilene J. Crapps, Phone: 9042321064
- E-Mail Address
-
tedra.n.thompson@usace.army.mil, Ilene.J.Crapps@usace.army.mil
(tedra.n.thompson@usace.army.mil, Ilene.J.Crapps@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: Z - MAINTENANCE DREDGING PROJECTS AT: U.S. NAVY SUBMARINE BASE, KINGS BAY, CAMDEN COUNTY, GEORGIA (44, 45 AND 47-FOOT PROJECT) & MARINE CORPS SUPPORT FACILITY - BLOUNT ISLAND, DUVAL COUNTY, FLORIDA (38-FOOT PROJECT) SOLICITATION NUMBER: GROUP2-10-R-J014 RESPONSE DATE: 12 February 2016 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 Thursday, January 28, 2016 from 10:00am - 11:00am, EST via teleconference. The call-in number is: 888-240-3210 and the ACCESS CODE is: 2788108. *If asked to enter a Security Code, utilize 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. Mike Lyons No Later Than (NTL) 12:00pm, EST on Monday, January 25, 2016. 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 while the waterway distance is approximately 45 nautical miles. The facilities are managed separately within the Department of Defense and have different security requirements. The required work, which is divided into the base and seven options, incorporates two feet of allowable overdepth for the aforementioned base and the six dredging options. The base consists of maintenance dredging from KBIC Station 32+200 to Station 48+175 with 45-foot and 47-foot required depths, Site Six North with 39-foot required depth, Magnetic Silencing Facility (MSF) North with 44-foot required depth and the Explosive Handling Basin with 44-foot and 47-foot required depths. The placement of dredged material will be Disposal Areas Crab Island (D/A-C). Incidental work is inclusive of bird monitoring, endangered species monitoring, turbidity monitoring and standby time. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. The request for proposal will be issued on 12 January 2016 and proposals will be due on or about 12 February 2016. 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 Federal Business Opportunities website (Fed Biz Opps) at https://www.fbo.gov. In order to receive notification of issued amendments/revisions, firms must REGISTER TO RECEIVE NOTIFICATION on Fed Biz Opps. If you are not registered, the Government is not responsible for 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-J014/listing.html)
- Record
- SN03988733-W 20160114/160112234312-3405b0c9041306bb2b17e551303adcba (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 |