SOLICITATION NOTICE
Z -- Naval Submarine Base Kings Bay, Maintenance Dredging 44, 45, And 47-Foot Project, Camden County, Georgia
- Notice Date
- 11/9/2020 7:59:26 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
- ZIP Code
- 32207-8175
- Solicitation Number
- W912EP21B0003
- Response Due
- 12/29/2020 11:00:00 AM
- Archive Date
- 01/13/2021
- Point of Contact
- Anelis I. Nazario Castillo, Phone: 9042323285, Tedra N. Thompson, Phone: 9042321051
- E-Mail Address
-
Anelis.I.Nazario-Castillo@usace.army.mil, tedra.n.thompson@usace.army.mil
(Anelis.I.Nazario-Castillo@usace.army.mil, tedra.n.thompson@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SUBJECT: Naval Submarine Base Kings Bay, Maintenance Dredging 44, 45, And 47-Foot Project, Camden County, Georgia SOLICITATION NUMBER: W912EP21B0003 RESPONSE DATE: December 29, 2020 CONTRACT SPECIALIST NAME & PHONE NUMBER: Anelis I. Nazario Castillo, (904) 232-3285 DESCRIPTION OF WORK: The project consists of maintenance dredging of shoal material at the Naval Submarine Base Kings Bay. The work is divided into a Base and three options as indicated below. For the base and the two dredging options, this contract incorporates two feet of allowable overdepth throughout. Work also includes Bird Monitoring and Standby Time. The use of hopper dredges is prohibited. 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. LOCATION - REQUIRED DEPTH Station 31+800 to Station 48+175 - 44-foot, 45-foot and 47-foot Upper Turning Basin - 45-foot Site Six North - 39-foot Magnetic Silencing Facility (MSF)�North - 44-foot Explosive Handling Basin - 44-foot and 47-Foot Site Six Operating area South and Medium Auxiliary Repair Dock (ARDM) Yoke Area - 45-foot Explosive Handling Wharves (EHW) - 47-foot Refit Wharves - 47-foot Dry 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 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 mobilization and demobilization, bird monitoring and standby time. LOCATION - REQUIRED DEPTH Site Six Operating area South and�Medium Auxiliary Repair Dock (ARDM) Yoke Area - 45-foot Explosive Handling Wharves (EHW) - 47-foot Refit Wharves - 47-foot Dry Dock Caisson Gate Sill and�Dry Dock Caisson Gate Mooring Facility - 46-foot Site Six North - 39-foot Option C: Work consists of maintenance dredging of the Site Six North Expanded Basin with 39-foot required depth with disposal at Disposal Area 1 (D/A-1) as shown on the drawings and as directed by the Contracting Officer. Option C work also includes bird monitoring. PROPOSAL REQUIREMENTS: The Invitation for Bid (IFB) will be issued on or about November 24, 2020 and bids will be due on or about December 29, 2020. NAICS Code 237990, size standard $30.0 million. Magnitude of construction is between $10,000,000 and $25,000,000. The Estimated Period of Performance is 400 calendar days after Notice to Proceed which includes the following: Base Bid: 290 calendar days (includes 60 Calendar Days for mobilization) Option A: 5 calendar days (concurrent with Base) Option B: 64 calendar days (includes 30 Calendar Days for mobilization) Option C: 46 calendar days THIS IS A TOTAL SMALL BUSINESS SET-ASIDE ACQUISITION. ALL RESPONSIBLE SMALL BUSINESS CONTRACTORS ARE ENCOURAGED TO PARTICIPATE. Solicitation will be issued in electronic format only and will be posted on the Beta.Sam website at https://beta.sam.gov/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the beta.Sam website at https://beta.sam.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes 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/.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2dfef689aa04402286630d29caec5b2f/view)
- Place of Performance
- Address: GA, USA
- Country: USA
- Country: USA
- Record
- SN05849344-F 20201111/201109230139 (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 |