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 (USACE), Jacksonville District, is issuing a presolicitation for Maintenance Dredging at Naval Submarine Base Kings Bay, Camden County, Georgia. This opportunity is a Total Small Business Set-Aside and is exclusively available to contractors previously awarded a contract under solicitation number W912EP25R0010. Proposals will be evaluated on a Lowest Price Technical Acceptable (LPTA) basis. Proposals are anticipated to be due on or about May 8, 2026.
Scope of Work
The project involves maintenance dredging to required depths, with placement of dredged material at Disposal Area 1 (D/A-1) and Disposal Area 2 (D/A-2). The scope is divided into a Base and three options:
- Base Work: Maintenance dredging, bird monitoring, and standby time. Includes two feet of allowable overdepth.
- Option A: Supplying additional field cut weir riser boards.
- Option B: Secondary maintenance dredging, including bird monitoring and standby time.
- Option C: Mobilization/Demobilization for secondary maintenance dredging if demobilization occurs after completing Base work.
Contract & Timeline
- Contract Type: Presolicitation (Task Order under existing IDIQ contracts)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 237990, Dredging and Surface Cleanup Activities (Small Business Standard: $37 million)
- Price Target Range: $10,000,000.00 to $25,000,000.00
- Period of Performance: Estimated 305 calendar days after Notice to Proceed (NTP), including 60 days to commence work.
- Base: 230 Calendar Days (with Mob. & Demob.)
- Option A: Concurrent
- Option B: 45 Calendar Days
- Option C: 30 Calendar Days
- RFP Release: On or about April 8, 2026
- Proposals Due: On or about May 8, 2026
- Published Date: March 31, 2026
Evaluation
Award will be made on the basis of Lowest Price Technical Acceptable (LPTA). Specific submission requirements will be detailed in the forthcoming Request for Proposals (RFP).
Additional Notes
- Pre-Bid Conference: A teleconference will be held on April 27, 2026, at 10:00 AM EDT. Attendees must email Guesley.Leger@usace.army.mil and Timothy.G.Humphrey@usace.army.mil by April 24, 2026, at 1:00 PM EDT to confirm attendance. Meeting details: LINK: HTTPS://WWW.MICROSOFT.COM/EN-US/MICROSOFT-TEAMS/JOIN-A-MEETING, Meeting ID: 993 325 182 157, Passcode: 85YU3Wy3, Dial-in: +1 503-207-9433, Conference ID: 793 526 23#.
- This opportunity is restricted to the following 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.
- Solicitation will be issued electronically on SAM.gov. Interested vendors must register as an interested vendor on SAM.gov to receive amendments and must be registered in SAM to be eligible for award.