Similar Projects
FY23 Savannah Inner Harbor Dredging
Infrastructure
Sub-Bidding
$100,000,000 CJ est. value
Savannah, GA 31401

Janitorial and Industrial Supplies
Term Contract
Sub-Bidding
Albany, GA 31701

Environmental Support Services
Infrastructure
Post-Bid

Environmental Support Services
Infrastructure
Post-Bid

Southside Trail (SST) Soil Remediation
Infrastructure
Results
Atlanta, GA

Asbestos Abatement Services
Alteration
Results
GA

2023 Full Depth Reclamation and Paving on Various Streets
Term Contract
Sub-Bidding
Duluth, GA 30096

Pre-Demolition Asbestos Survey
Demolition, Infrastructure
Post-Bid
Homerville, GA 31634

Demolition and Asbestos Abatement of Structures at 2123 Parkwood Road
Demolition, Alteration
Results
$10,800 est. value
Snellville, GA 30078

Hammond Park Gymnastic Center Management
Renovation
Sub-Bidding
$250,000 CJ est. value
Sandy Springs, GA 30328

Abatement and Demolition Services
Addition, Demolition
Post-Bid
GA

Asbestos Abatement, Demolition and Debris Removal - Annual Contract
Term Contract
Results
South Fulton, GA

Macon-Bibb County Law Enforcement Center Air Quality Improvements
Renovation
Sub-Bidding
$150,000 CJ est. value
Macon, GA 31201

Pre-Demolition Asbestos Survey
Alteration
Post-Bid
Milledgeville, GA 31062

Demolition of Building
Demolition, Infrastructure
Results
$45,000 CJ est. value
East Ellijay, GA 30540

Last Updated 04/25/2023 07:31 PM
Project Title

Naval Submarine Base Kings Bay Maintenance Dredging 44, 45, and 47-Foot Project Camden County, Georgia

Physical Address View project details and contacts
City, State (County) Saint Marys, GA 31558   (Camden County)
Category(s) Single Trades
Sub-Category(s) Environmental
Contracting Method Competitive Bids
Project Status Results, Request for Qualifications, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $8,941,350 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

A Pre-Bid Conference will be held via teleconference on 14 March 2023 @ 1:00PM EST. The call-in number is: 1-844-800-2712 Access code: 2761 553 0243 and the link to be utilized is as follows: https://usace1.webex.com/meet/manuela.d.voicu It is requested that an email be sent to Ruth.C.Rodriguez@usace.army.mil no later than 9 March 2023 at 2:00pm, EST to confirm attendance by your organization. Description of Work: The work associated with this requirement consists of a Base and two Options as indicated below. For the Base and Options dredging work, this contract incorporates two feet of allowable overdepth throughout. Work also includes Bird Monitoring and Standby Time.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 Crab Island(D/A-C) 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-footSite 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 Crab Island(D/A-C) 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 Drydock Caisson Gate Sill and Drydock Caisson Gate Mooring Facility - 46-foot Site Six North - 39-foot The Invitation for Bid (IFB) will be issued on or about 24 February 2023 and bids will be due on or about 28 March 2023. NAICS Code 237990, Dredging and Surface Cleanup Activities. The Small Business Standard is $37 million. Magnitude of construction is between $10,000,000.00 and 25,000,000.00. The Contractor shall be required to (a) commence work under this contract within 60 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 300 calendar days after notice to proceed. The time stated for completion shall include final cleanup of the premises.The total completion time of 300 calendar days includes the following: Base: 250 calendar days (includes 60 calendar days mob/demob) Option A: 5 Calendar Days concurrent with the Base Option B: 50 Calendar Days THIS PROCUREMENT IS A SET-ASIDE FOR SMALL BUSINES ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. Solicitation will be issued in electronic format only and will be posted on the Sam.gov website at https://sam.gov/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Sam.gov website at https://sam.gov/. If you are not registered, the Government is not responsible with providing you with notification of any amendments 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/. Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org) No Later Than (NLT) March 16, 2023, 5:00 P.M. EDT. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. The Solicitation Number is: W912EP23B0006 The Bidder Inquiry Key is: UYE5JW-ZXWRGV *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 01 - General Requirements, Special Procedures, Environmental Procedures.
Division 02 - Existing Conditions, Environmental Assessment, Hazardous Material Assessment, Site Remediation, Asbestos Remediation.

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