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

SOL #: GROUP1-26-R-J003Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W074 ENDIST JACKSNVLLE
JACKSONVILLE, FL, 32207-0019, United States

Place of Performance

Kings Bay, GA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Maintenance Of Dredging Facilities (Z1KF)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 31, 2026
2
Last Updated
Mar 31, 2026
3
Response Deadline
May 8, 2026, 6:00 PM

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 Notice for Maintenance Dredging at Naval Submarine Base Kings Bay, Camden County, Georgia. This is a Total Small Business Set-Aside requirement, available only to specific contractors holding a contract under Solicitation Number W912EP25R0010. The Request for Proposals (RFP) is expected on or about April 8, 2026, with proposals due on or about May 8, 2026.

Scope of Work

The project involves maintenance dredging with work divided into a Base and three options:

  • Base Work: Maintenance dredging at specified locations to required depths, with dredged material placed at Disposal Area 1 (D/A-1) and Disposal Area 2 (D/A-2). Includes bird monitoring and standby time.
  • Option A: Supplying additional field-cut weir riser boards.
  • Option B: Secondary maintenance dredging at specified locations and depths, with material placed at D/A-1 and D/A-2. Includes bird monitoring and standby time.
  • Option C: Mobilization/Demobilization for secondary maintenance dredging if demobilization occurs after completing all Base work.

Contract & Timeline

  • Type: Task Order under existing IDIQ (W912EP25R0010)
  • Set-Aside: Total Small Business Set-Aside
  • NAICS Code: 237990, Dredging and Surface Cleanup Activities (Small Business Standard: $37 million)
  • Price Target Range: $1,000,000.00 - $5,000,000.00
  • 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 B: 45 Calendar Days
    • Option C: 30 Calendar Days
  • Evaluation: Lowest Price Technical Acceptable (LPTA)
  • RFP Issued: On or about April 8, 2026
  • Proposals Due: On or about May 8, 2026

Pre-Bid Conference

A Pre-Bid Conference will be held via teleconference on April 27, 2026, at 10:00 AM EDT. Interested organizations must confirm attendance by emailing Guesley.Leger@usace.army.mil and Timothy.G.Humphrey@usace.army.mil no later than April 24, 2026, at 1:00 PM EDT.

Eligibility

This opportunity is exclusively for the following contractors awarded under Solicitation Number W912EP25R0010:

  • 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)
  • Waterfront Property Servies LLC Gator Services (W912EP25D0019)

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Pre-Solicitation
Posted: Mar 31, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Mar 31, 2026