Similar Projects
RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

Northwest District Park - Brunswick County
Renovation, Infrastructure
Conception
$5,690,000 est. value
Leland, NC 28451

Bolivia Elementary School Stacking Lane
Infrastructure
Design
$80,000 CJ est. value
Bolivia, NC 28422

Brunswick Bridge 104 Replacement
Demolition, New Construction, Infrastructure
Design
$4,403,700 CJ est. value
Bolivia, NC 28422

MOTSU Firefighting Water System
New Construction, Infrastructure
Bidding
$25,000,000 CJ est. value
Southport, NC 28461

Shallotte Rest Area Renovation - Readvertisement
Infrastructure
Bidding
$3,000,000 CJ est. value
Bolivia, NC 28422

Environmental Services
Term Contract
Post-Bid
Less than $500,000 est. value
Washington, DC

Main Fuel Site Upgrade
Infrastructure
Post-Bid
$400,000 CJ est. value
Bolivia, NC 28422

Mackay Design Build New Boat Ramp
Term Contract
Results
$85,000 to $108,000 est. value

Community Center Site Improvements
Infrastructure
Results
$720,500 to $950,279 est. value
Saint James, NC

Brunswick Village Boulevard Extension and Kay Todd Road Multi-Use Path
Infrastructure
Design
$3,000,000 CJ est. value
Leland, NC 28451

RFQ Engineering - South East Area Improvements - Saint James
Renovation, Infrastructure
Bidding
$2,000,000 CJ est. value
Bolivia, NC 28422

Brunswick County Utilities Operations Center Building Expansion
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$2,500,000 CJ est. value
Holden Beach, NC 28462

Eagle Island Cell 3 Improvements
Infrastructure
Results
$10,730,600 CJ est. value
Wilmington, NC 28403

Brunswick Bridge #104 Replacement
Demolition, New Construction, Infrastructure
Bidding
$1,000,000 CJ est. value
Bolivia, NC 28422

Last Updated 08/05/2022 03:33 AM
Project Title

Military Ocean Terminal Sunny Point (MOTSU) Maintenance Dredging

Physical Address View project details and contacts
City, State (County) Southport, NC 28461   (Brunswick County)
Category(s) Heavy and Highway, Single Trades
Sub-Category(s) Dock/Pier/Marine, Environmental, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $4,650,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Aug 01, 2022 Contract Award Number: W912PM22C0009 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: M9LFLA6K8HE4 Contractor Awarded Name: Great Lakes Dredge & Dock Company, LLC Contractor Awarded Address: Houston, TX 77024-1273 USA Base and All Options Value (Total Contract Value): $4650000.00 The U.S. Army Corps of Engineers, Wilmington District requires a contract to provide Maintenance Dredging at Military Ocean Terminal Sunny Point (MOTSU), North Carolina, North Carolina, number W912PM22B0017. Description of Work: The U.S. Army Corps of Engineers, Wilmington District requires a contract to provide maintenance dredging along Military Ocean Terminal, Sunny Point in Brunswick County, North Carolina. The required work for MOTSU shall consist of maintenance dredging of the North, Central, and Southern basins, the South and Central entrance channels, and the security boat dock with an estimated quantity of 1,000,000 cubic yards. The work will require the removal and disposal of shoaled material that has accumulated since they were last dredged. The dredging shall be performed by a US Coast Guard Ocean Certified hopper dredge, hydraulic cutter suction dredge, and/or mechanical dredge (clamshell, dragline, or dipper). Dredging depths are 34 feet plus 2 feet of allowable overdepth and 38 feet plus 2 feet of allowable overdepth. Disposal of dredged material shall be in the Ocean Dredged Material Disposal Site (ODMDS). Environmental Window for security boat basin is 1 October to 31 March for hydraulic cutter suction dredges. Environmental Window for dredging the remainder of MOTSU channels and basins: 1 October to 31 June for mechanical and pipeline dredges and 1 December to 15 April for hopper dredges This solicitation is UNRESTRICTED. he contract issued will be Firm Fixed Price. The Magnitude of Construction of this project is between $5,000,000 and $10,000,000. This solicitation will be issued in electronic format only and will be available on or about June 2, 2022. The bid opening date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, facsimiles, etc) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. The North American Industry Classification System (NAICS) code is 237990 - Other Heavy and Civil Engineering Construction and the size standard is $30,000,000.00. Bidders must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at http://sam.gov. THE GOVERNMENT'S SAM WEBSITE DOES NOT CHARGE A FEE FOR REGISTRATION. IF YOU ARE REQUESTED TO PAY A FEE, YOU ARE NOT ACCESSING THE CORRECT WEBSITE, AND SHOULD LEAVE IT AND GO TO HTTP://SAM.GOV. In order to locate the solicitation, Contractors can go to the http://sam.gov and search for the solicitation number. Contractors can register to be put on a plan holders list that others can access. It is the Bidder's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Ms. Jenifer Garland, Contract Specialist, phone 910-251-4134/email jenifer.m.garland@usace.army.mil or Ms. Rosalind M. Shoemaker at 910-251-4436/email rosalind.m.shoemaker@usace.army.mil. PROJNET Solicitation/Technical Inquiries via ProjNet 1. Solicitation/Technical Inquiries. a. Inquiries are to be submitted via Bidder Inquiry at the ProjNet website at https://www.projnet.org . b. If you have technical problems accessing the Bidder Inquiry via the ProjNet website, contact the ProjNet Help Desk at 1-800-428-4357 (HELP). This number is for technical issues accessing the website ONLY. 2. Read this paragraph in conjunction with contract provision FAR 52.214-6, "Explanation to Prospective Bidders". 3. Any prospective bidder/offeror desiring an explanation or interpretation of the solicitation, drawings specifications, etc., must request it in writing via Bidder Inquiry in ProjNet within no less than ten (10) calendar days prior to the date of bid opening or receipt of proposals. The Government reserves the right to decline addressing questions received less than ten (10) calendar days prior to receipt of bid opening or receipt of proposals. 4. No Inquiries will be accepted by the Bidder Inquiry system within ten (10) calendar days prior to the date of bid opening. However, you may still access the Bidder Inquiry system to view answers/replies to previous inquiries until the bid opening. 5.ProjNet - Bidder Inquiry module. a. To submit and review bid inquiry items, bidders/offerors will need to be a current registered user or self-register into system. To access Bidder Inquiry, go to the ProjNet web page at http://www.projnet.org and click the "Quick Add" link. Once at the Quick Add screen, select agency USACE, enter Bidder Inquiry Key for this solicitation listed below, and bidder's/offeror's e-mail address, then click login. If this is bidder's/offeror's first time logging in they will be taken to the Bidder Inquiry Create Account screen to selfregister. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. Please remember your Secret Question Answer and email address used for future access to this website. b. From this page you may view all bidder/offeror inquiries under Reports or post a new inquiry under Submit. c. Bidders/Offerors will receive an acknowledgement of their question via email, followed by another email notification that an answer to their question has been posted after it has been reviewed by our technical team and responded to by a Contracting Officer. It is the responsibility of the Bidder/Offeror to check their junk email and email delivery options to ensure delivery of these acknowledgement emails. e. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The name of the submitter or firm is not published for the public on the report of all Bidder Inquiries. Bidders/ Offerors are on notice of, and assumed to be aware of, all inquiries, responses, and information posted in the Bidder Inquiry System up to the date of bid submission, whether the inquiry was generated by the Bidder themselves or another potential Bidder/ Offeror. Bidders are responsible for incorporating all such information into their bid, or for requesting further clarification." 6. Solicitation Information: IFB/RFP No: W912PM22B0017 Bidder Inquiry Key: QI5R9C-YYPMZ2 *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 35 - Waterway and Marine Construction, Common Work Results for Waterway and Marine Construction, Waterway and Marine Construction and Equipment, Dredging, Marine Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents