Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2026 SAM #8831
SOURCES SOUGHT

Z -- NAVAL SUBMARINE BASE KINGS BAY, MAINTENANCE DREDGING, CAMDEN COUNTY, GEORGIA

Notice Date
1/28/2026 2:37:09 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP26X1B4K
 
Response Due
2/20/2026 12:00:00 PM
 
Archive Date
03/07/2026
 
Point of Contact
Guesley Leger, Phone: 9042323850, Timothy Humphrey, Phone: 9042322441
 
E-Mail Address
guesley.leger@usace.army.mil, Timothy.g.humphrey@usace.army.mil
(guesley.leger@usace.army.mil, Timothy.g.humphrey@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP25R0010. For Dredging MATOC W912EP25R0010 use: AGM Marine Contractors Inc. (W912EP25D0011); AHTNA Marine & Construction Company LLC (W912EP25D0012); Atlantic and Gulf Dredging & Marine LLC (W912EP25D0013); Coastal Dredging Co., Inc. (W912EP25D0014); Cottrell Contracting Corporation (W912EP25D0015); Next Generation Logistics LLC. (W912EP25D0016); Southern Dredging Co, Inc. (W912EP25D0017); Southwind Corporation Corp. (W912EP25D0018); and Waterfront Property Servies LLC Gator Services (W912EP25D0019). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE SMALL BUSINESS DREDGING MATOC POOL. DESCRIPTION OF WORK: Work is divided into a Base and three options as indicated below. For the base and dredging options, this contract incorporates two feet of allowable overdepth throughout. 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 Range H to I and Upper Turning Basin (UTB) 45-foot UTB, 45-foot and 47-foot Channel Range G to H and Explosive Handling Basin (EHB) 44-foot and 47-foot EHB, 44-foot and 47-foot Channel Range E to G and Magnetic Silencing Facility (MSF) North 44-foot Site Six North (SS-N) 39-foot Site Six South (SS-S) and Medium Auxiliary Repair Dock (ARDM) Yoke 45-foot Explosive Handling Wharves (EHW) 47-foot Refit Wharves 47-foot Small Boat Basin 24-foot Port Security Barrier Mooring Area 12-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 bird monitoring and standby time. LOCATION REQUIRED DEPTH Site Six South (SS-S) and Medium Auxiliary Repair Dock (ARDM) Yoke 45-foot Site Six North (SS-N) 39-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 C Work consists of Mobilization/Demobilization for secondary maintenance dredging if demobilization from the site occurs after completing all the Base work. This project will have an estimated period of performance of 305 calendar days after issuance of Notice to Proceed (NTP), including 60 calendar days to commence work. BASE: 230 Cal Days w/ Mob. & Demob. OPTION A: (Concurrent) OPTION B: 45 Calendar Days OPTION C: 30 Calendar Days The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990 (Exception), Dredging and Surface Cleanup Activities. The Small Business Size Standard for this project is $37 Million. The Estimated Magnitude of construction is between $1,000,000 and $5,000,000. The request for proposal (RFP) will be issued on or about April 08, 2026, and proposals will be due on or about May 08, 2026. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). See forthcoming request for proposal for submission requirements. The Request for Proposal will be issued in electronic format only and will be posted on the System for Award Management website at https://.sam.gov/. In order to receive notification of any issued amendments, interested parties must register as an interest vendor on the SAM website https://.sam.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 any Government solicitation. To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance. To express your interest in this requirement, please respond to this communication NO LATER THAN 20 February 2026 at 3:00PM, EST; information from firms who respond will not be shared outside of the Government. Please be sure to respond directly to Guesley Leger at Guesley.Leger@usace.army.mil and Tim Humphrey at timothy.g.humphrey@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a6223362db6d4741a2635c7623821219/view)
 
Place of Performance
Address: Kings Bay, GA 31547, USA
Zip Code: 31547
Country: USA
 
Record
SN07699934-F 20260130/260128230048 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.