The RFP Database
New business relationships start here

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)


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS SOLICITATION IS BEING POSTED PENDING AVAILABILITY OF FUNDS:

52.232-18 -- Availability of Funds. (Apr 1984)


Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.


(End of Clause)



A Pre-Proposal Conference will be held on Friday, 17 November, 2017 from 10:00am - 11:00am, Local Time via teleconference. The call-in number is: 877-402-9753 and the ACCESS CODE is: 6546236. *Please utilize Security Code: 2873. It is requested that an email be sent to Timothy.G.Humphrey@usace.army.mil to confirm attendance by your organization.


DESCRIPTION OF WORK:


The project work 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.


Work is divided into a Base and eight Optional Bid Items as indicated below. For the base and the eight dredging options, this contract incorporates two feet of allowable overdepth throughout. Work also includes Bird Monitoring, Turbidity and Disposal monitoring for MCT, and Standby Time.


Base work consists of maintenance dredging from KBIC Station 31+800 to Station 48+175 with 44-foot, 45-foot and 47-foot required depths, Upper Turning Basin with 45-foot required depth, 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 depth. The placement of KBIC dredged material will be at Crab Island DMPF (D/A-C), as shown on the plans and as directed by the Contracting Officer. Additional KBIC Base work also includes Bird Monitoring, and Standby Time.


 


Option A consists of maintenance dredging of the KBIC Site Six Operating Area South and Medium Auxiliary Repair Dock (ARDM) Yoke Area to a 45-foot required depth with disposal at Crab Island DMPF (D/A-C) as directed by the Contracting Officer. Option A work also includes Bird Monitoring.


Option B consists of maintenance dredging of the KBIC Explosive Handling Wharves (EHW) to a 47-foot required depth with disposal at Crab Island DMPF (D/A-C) as directed by the Contracting Officer. Option B work also includes Bird Monitoring.

Option C consists of maintenance dredging of the KBIC Refit Wharves to a 47-foot required depth with disposal at Crab Island DMPF (D/A-C) as directed by the Contracting Officer. Option C work also includes Bird Monitoring.



Option D consists of maintenance dredging of the Dry Dock Caisson Gate Sill & Mooring Area to a 46-foot required depth with disposal at Crab Island DMPF (D/A-C) as directed by the Contracting Officer. Option D work also includes Bird Monitoring.



Option E consists of supplying an additional twenty (20) field cut weir riser boards as requested by the Contracting Officer.



Option F consists of maintenance dredging of the KBIC Port Security Barrier Mooring Area to a 12-foot required depth with disposal at Crab Island DMPF (D/A-C) as directed by the Contracting Officer. Option F work also includes Bird Monitoring.



Option G consist of maintenance dredging at MCT from Station 00+00 to Station 56+09.1 with 38-foot required. The placement location of MCT dredged material will be Dayson Island DMPF (D/A-D) as shown on the plans. Additional MCT work also includes Interim Mobilization, Bird monitoring, Turbidity and Disposal Monitoring, and Standby Time.



Option H consists of secondary maintenance dredging at KBIC. Those areas include KBIC Site Six Operating Area South and Medium Auxiliary Repair Dock (ARDM) Yoke Area to a 45-foot required depth, KBIC Explosive Handling Wharves (EHW) to a 47-foot required depth, KBIC Refit Wharves to a 47-foot required depth and the Dry Dock Caisson Gate Sill & Mooring Area to a 46-foot required depth all with disposal at Crab Island DMPF (D/A-C) as directed by the Contracting Officer. Option H work also includes Mobilization, Bird Monitoring and Standby time.


The contractor shall begin performance within 45 calendar days and complete performance within 260 calendar days after the Notice to Proceed (NTP). The performance period is mandatory.
PROPOSAL REQUIREMENTS:


The Invitation for Bid (IFB) will be issued on or about 03 November 2017 and bids will be due on or about 05 December 2017.


NAICS Code 237990, size standard $27.5 million.


Magnitude of construction is between $5,000,000.00 and $10,000,000.00.


THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE.

NOTE: TO BE CONSIDERED A SMALL BUSINESS, A FIRM MUST PERFORM AT LEAST 40 PERCENT OF THE VOLUME DREDGED WITH ITS OWN EQUIPMENT OR EQUIPMENT OWNED BY ANOTHER SMALL BUSINESS (13 CFR 121).


The IFB 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 any issued amendments, interested parties must register as an interested vendor on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to 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/.


Timohty G. Humphrey, Contract Specialist, Phone 9042321072, Email Timothy.G.Humphrey@usace.army.mil - Tonya M. Rogers, Contract Specialist, Phone 9042321084, Email tonya.m.rogers@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP