NAVAL SUBMARINE BASE KINGS BAY, MAINTENANCE DREDGING, CAMDEN COUNTY, GEORGIA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers, Jacksonville District (W074 ENDIST JACKSNVLLE), on behalf of the Department of Defense, is issuing a Sources Sought notice for Maintenance Dredging at Naval Submarine Base Kings Bay, Camden County, Georgia. This opportunity is exclusively available to contractors awarded a contract under Solicitation Number W912EP25R0010 (Small Business Dredging MATOC Pool). Firms not on this list will not be considered. Responses to express interest are due by February 20, 2026, at 3:00 PM EST.
Scope of Work
The project involves maintenance dredging at various locations within Naval Submarine Base Kings Bay, including the Upper Turning Basin, Explosive Handling Basin, Magnetic Silencing Facility North, Site Six North/South, Explosive Handling Wharves, Refit Wharves, Small Boat Basin, Port Security Barrier Mooring Area, and Dry Dock Caisson Gate facilities. Dredged material will be placed at Disposal Area 1 (D/A-1) and Disposal Area 2 (D/A-2). The work includes two feet of allowable overdepth, bird monitoring, and standby time.
Options include:
- Option A: Supplying additional field cut weir riser boards.
- Option B: Secondary maintenance dredging at specific locations.
- Option C: Mobilization/Demobilization for secondary maintenance dredging if demobilization occurs after base work.
Contract & Timeline
- Type: Sources Sought (for a future Task Order under an existing MATOC)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 237990 (Exception) – Dredging and Surface Cleanup Activities ($37 Million size standard)
- Estimated Magnitude: Between $1,000,000 and $5,000,000
- Period of Performance: Estimated 305 calendar days after Notice to Proceed (NTP), including 60 days to commence work. (Base: 230 days, Option B: 45 days, Option C: 30 days)
- RFP Release (Estimated): On or about April 08, 2026
- Proposals Due (Estimated): On or about May 08, 2026
- Interest Response Due: February 20, 2026, 3:00 PM EST
- Published: January 28, 2026
Evaluation
Award for the future task order will be made on a Lowest Price Technically Acceptable (LPTA) basis. The forthcoming RFP will detail submission requirements.
Additional Notes
This notice is for informational purposes only and is restricted to the following MATOC contractors: AGM Marine Contractors Inc., AHTNA Marine & Construction Company LLC, Atlantic and Gulf Dredging & Marine LLC, Coastal Dredging Co., Inc., Cottrell Contracting Corporation, Next Generation Logistics LLC., Southern Dredging Co, Inc., Southwind Corporation Corp., and Waterfront Property Servies LLC Gator Services. The RFP will be issued electronically via SAM.gov. Interested parties must be registered in SAM.gov to be eligible for award and to receive amendment notifications. To express interest, respond directly to Guesley Leger (Guesley.Leger@usace.army.mil) and Timothy Humphrey (Timothy.g.humphrey@usace.army.mil).