- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
NAVAL SUBMARINE BASE KINGS BAY, MAINTENANCE DREDGING, CAMDEN COUNTY, GEORGIA
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Camden County, Georgia • 31522. Response deadline: May 08, 2026. Industry: NAICS 237990 • PSC Z1KF.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 237990
Description
THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY:NOTICE OF INTENT TO ORDER: THIS OPPORTUNITY IS AVAILABLE ONLY TOTHE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP25R0010:AGM Marine Contractors Inc. (W912EP25D0011); AHTNA Marine and Construction Company LLC (W912EP25D0012); Atlantic and Gulf Dredging and 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).A Pre-Bid Conference will be held via teleconference on 27 April 2026 @ 10:00AM, EDT.Please utilize the link and call information provided below:- LINK: HTTPS://WWW.MICROSOFT.COM/EN-US/MICROSOFT-TEAMS/JOIN-A-MEETING- Meeting ID: 993 325 182 157 / PASSCODE: 85YU3Wy3- DIAL IN BY PHONE: +1 503-207-9433 / PHONE CONFERENCE ID: 793 526 23#It is requested that an email be sent to Guesley.Leger@usace.army.mil and Timothy.G.Humphrey@usace.army.mil no later than 24 April 2026 at 1:00 PM, EDT to confirm attendance by your organization.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.Option AWork consists of supplying additional field cut weir riser boards as requested by the Contracting Officer.Option BWork 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.Option CWork consists of Mobilization/Demobilization for secondary maintenance dredging if demobilization from the site occurs after completing all the Base work.The Request for Proposals (RFP) will be issued on or about 8 April 2026 and proposals will be due on or about 8 May 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.NAICS Code 237990, Dredging and Surface Cleanup Activities. The Small Business Standard is $37 million.The Price Target Range is between $10,000,000.00 and $25,000,000.00.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 and Demob.OPTION A: (Concurrent)OPTION B: 45 Calendar DaysOPTION C: 30 Calendar DaysTHIS IS A TOTAL SMALL BUSINESS SET-ASIDE REQUIREMENT. Solicitation will be issued in electronic format only and will be posted on the Sam.gov website at https://sam.gov/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Sam.gov website at https://sam.gov/. If you are not registered, the Government is not responsible with providing you with notification of any amendments 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/.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.