Grassy Ponds Floating Docks Replacement and Repairs
ID: FA483025Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4830 23 CONS CCMOODY AFB, GA, 31699-1700, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

PONTOONS AND FLOATING DOCKS (1945)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 4:30 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement and repair of floating docks at Grassy Pond and Mission Lake in Lake Park, Georgia. The project entails the full replacement of three floating docks and the repair of three others, which were damaged by Tropical Storm Debby and Hurricane Helene, with an emphasis on using durable materials such as galvanized steel and polyethylene floats. This initiative is crucial for maintaining recreational infrastructure that supports the Morale, Welfare, and Recreation Fund (MWRF) and ensures safe access for activities like fishing and boating. Interested contractors should contact Ryan M. Trevino at ryan.trevino.2@us.af.mil or Maria Jimenez at maria.jimenez.5@us.af.mil for further details, and a site visit is scheduled for January 14, 2025, at 9:00 AM EST, with a deadline for base pass requests set for January 13, 2025.

Files
Title
Posted
Jan 15, 2025, 9:05 PM UTC
The memorandum from the 23D Contracting Squadron at Moody Air Force Base outlines requests for personnel access passes to the base. It specifies the necessary information required for each individual, including full names, organization, Social Security Numbers (SSNs), and dates of birth (DOBs), which are crucial for granting access. The document indicates that information regarding SSN/DOB can be marked as N/A if declined by the contractor, but this data is imperative for Security Forces at the Visitor's Center. The pass request is linked to a contract identified by a specific number and prime contractor, detailing the duration of the pass and its purpose related to the "Grassy Pond Floating Dock" project. Contact information for the contract specialist is also provided for any inquiries. This memorandum is a procedural document critical for managing base security and compliance within government contracting frameworks. Overall, it emphasizes the significance of proper documentation and processes to facilitate contractor access to military installations.
Jan 15, 2025, 9:05 PM UTC
The document pertains to the requirements and procedures involved in federal and state/local Requests for Proposals (RFPs) and grant applications. These proposals are essential for funding various government initiatives, spanning areas such as infrastructure, healthcare, and community development. The document outlines the necessary documentation, eligibility criteria, evaluation processes, and protocols for submission. Applicants are expected to demonstrate their qualifications, project alignment with governmental objectives, and capacity for effective project management. The emphasis is on transparency, accountability, and fostering competition among potential vendors to ensure the best outcomes for public projects. The overarching goal is to secure proposals that deliver value and meet strategic federal and state priorities, underlining the importance of rigorous assessment and compliance with applicable regulations. This meticulous approach highlights the government's intent to optimize resource allocation while adhering to budgetary constraints and community needs.
Jan 15, 2025, 9:05 PM UTC
Jan 15, 2025, 9:05 PM UTC
The Grassy Ponds Floating Docks Q&A document addresses key aspects of a Request for Proposal (RFP) concerning the construction and maintenance of floating docks. It specifies that there is no minimum weight requirement for the docks, which must accommodate various activities such as fishing and loading boats. Required engineering documentation includes as-built plans submitted upon contract completion. For necessary repairs, contractors must perform these on-site rather than off-site. Payment for completed work is set to a net 30 day term. This document outlines critical requirements and expectations for contractors involved in the dock project, underlining the government’s emphasis on operational capacity, compliance with documentation standards, and efficient repair processes. Overall, it supports the goal of maintaining functional and accessible public facilities.
Jan 15, 2025, 9:05 PM UTC
Jan 15, 2025, 9:05 PM UTC
Jan 15, 2025, 9:05 PM UTC
Jan 15, 2025, 9:05 PM UTC
Jan 15, 2025, 9:05 PM UTC
The project aims to design, fabricate, remove, and repair six floating docks at Grassy Pond and Mission Lake in Georgia due to damage from recent storms. Specifically, it involves the replacement of three docks and repair of three others to restore functionality and revenue support for the Morale, Welfare, and Recreation Fund (MWRF). The new docks will utilize high-quality galvanized steel and polyethylene floats to ensure durability and buoyancy. Key tasks include the secure installation of entry ramps, removal of old structures, and ensuring safety features such as non-slip surfaces and adequate structural integrity through proper piling installation. The project emphasizes the contractor's responsibility for equipment and materials, delivery, and waste disposal. A standard one-year warranty is required for the completed work. This initiative highlights the government’s commitment to maintaining recreational infrastructures while addressing urgent repair needs following climate-related damages.
The project outlined in the Statement of Work focuses on the replacement and repair of six floating docks at Grassy Pond and Mission Lake, Georgia, due to damages sustained from severe storms. The primary objective is to replace three floating docks and repair three others using galvanized steel materials to ensure durability and corrosion resistance. Specific requirements include the construction of various dock configurations, each with detailed specifications such as entry ramps, piling installation, and safety features. Additionally, the document specifies the removal of existing docks, the need for high-quality materials, and safe delivery conducted by the contractor. A standard one-year warranty covers all repairs and replacements. These efforts are aimed at restoring the functionality of water recreation infrastructures at these locations, which are crucial for supporting the morale, welfare, and recreation functions. The tender is representative of federal and local initiatives to improve infrastructure and public amenities while ensuring compliance with safety and environmental standards. Its comprehensive specifications serve to attract qualified contractors capable of executing the project per outlined requirements and regulations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
FA8604 High Line Docks for Various Locations MMHS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of High Line Docks at various locations under solicitation number FA8604-25-R-B016. This opportunity is a total small business set-aside and requires contractors to provide performance, design, fabrication, installation, and testing services for twenty-four line items related to miscellaneous materials handling equipment. Proposals must be submitted through the Procurement Integrated Enterprise Environment (PIEE) by 2:00 PM Eastern Daylight Time on May 15, 2025, with a contract completion timeline of 150 days from the award date. Interested parties can direct inquiries to Andrew Petersen or Christy Delk via email, and must ensure they are registered in SAM prior to award.
Playground Slide
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of a damaged playground slide at Mission Lake on Moody Air Force Base in Georgia. The project involves the full replacement of a 360-degree, 9-foot slide, requiring specific components and installation services to ensure safety and compliance with existing playground structures. This procurement is crucial for maintaining recreational facilities that support the well-being of military personnel and their families, particularly following damage caused by Hurricane Helene. Interested contractors should contact Caleb Burks at caleb.burks.3@us.af.mil or 229-257-4721, and are encouraged to attend a site visit on April 28, 2025, with a deadline for base access pass submissions set for April 25, 2025, at 3:00 PM EST.
FLOATING BREAKWATER REPLACEMENT, BAR POINT HARBOR, KETCHIKAN, ALASKA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of two floating breakwaters at Bar Point Harbor in Ketchikan, Alaska. The project aims to demolish the existing breakwaters, which have exceeded their operational lifespan, and replace them with new reinforced concrete structures that meet federal, state, and local regulations. This initiative is crucial for enhancing the resilience and safety of coastal infrastructure in Alaska, ensuring compliance with environmental standards and operational efficiency. Interested contractors should note that the estimated project cost ranges between $25 million and $100 million, with proposals due by April 22, 2025. For further inquiries, contact Jennifer Gosh at jennifer.gosh@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil.
Building 17W Loading Dock Slab Repairs
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified contractors to undertake repairs on the loading dock slab of Building 17W located in Bethesda, Maryland. The contractor will be responsible for all aspects of the project, including engineering design, construction, labor, and supervision necessary to address damage to the underside of the loading dock slab. This project is critical for maintaining the operational integrity of government-owned facilities, and the procurement is set as a competitive Total 8(a) set-aside, meaning only offers from 8(a) certified firms will be accepted. The anticipated solicitation number is N0016725R1002, with a projected release date of April 28, 2025, and the contract is expected to be a Firm Fixed Price type with a performance period concluding no later than September 30, 2025. Interested parties can contact Pamela Ganster at pamela.ganster1@navy.mil or Ronald Smiley at ronald.v.smiley.civ@us.navy.mil for further information.
MARINE CORPS SUPPORT FACILITY - BLOUNT ISLAND, MAINTENANCE DREDGING, DUVAL COUNTY, FLORIDA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking interest from qualified contractors for a maintenance dredging project at the Marine Corps Support Facility - Blount Island in Jacksonville, Florida. The project involves dredging to a depth of 38 feet, with an additional two feet of allowable overdepth, and includes environmental monitoring and disposal activities at the Dayson Island Disposal Area. This opportunity is crucial for maintaining navigational channels and ensuring operational readiness at the facility. Interested bidders must submit their qualifications by April 30, 2025, with an estimated contract value between $1 million and $5 million, and the anticipated solicitation issuance date is around May 28, 2025. For further inquiries, contact Timothy G. Humphrey at Timothy.G.Humphrey@usace.army.mil or Guesley Leger at Guesley.Leger@usace.army.mil.
PI2045M Parris Island 3rd Battalion Pond Causeway Repair
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. The project involves a Fixed Price Construction Contract for roadway rehabilitation and the construction of new channels to replace existing culverts, aiming to enhance infrastructure durability with a projected pavement lifespan of 25 years. This initiative is critical for maintaining operational readiness and environmental compliance at the facility, particularly given the historical context of waste management in the area. Interested contractors should note that the proposal submission deadline has been extended to April 30, 2025, and must direct inquiries to the primary contact, Andy Bui, at andy.h.bui.civ@us.navy.mil or by phone at 757-341-1652.
Operation and Maintenance of Government-Owned Facilities and Equipment, Walter F. George and George W. Andrews Lakes, Fort Gaines, Georgia
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the operation and maintenance of government-owned facilities and equipment at Walter F. George and George W. Andrews Lakes in Fort Gaines, Georgia. This procurement aims to ensure the effective management and upkeep of recreational facilities, which play a vital role in providing public access to outdoor activities and preserving natural resources. The opportunity is set aside for small businesses, and interested parties can reach out to primary contact Chandler Hyatt at chandler.j.hyatt@usace.army.mil or by phone at 251-690-3145, or secondary contact Benjamin Neely at benjamin.m.neely@usace.army.mil or 251-690-3253 for further details.
Tritoon Boat and Trailer
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking proposals from qualified vendors for a Firm Fixed Price contract to procure a Tritoon Boat and Trailer, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to support the Survival, Evasion, Resistance, and Escape (SERE) program's refresher training for aircrew, enhancing operational readiness through realistic water survival training scenarios. Interested vendors must ensure compliance with the specified delivery timelines and provide thorough documentation, including technical specifications and financial statements, with submissions due by May 1, 2025. For further inquiries, vendors can contact Don Salgado at donphillip.salgado@us.af.mil or Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
Z--INSTALL BOAT DOCK COVERS AT WILLOW BEACH MARINA - Lake Mead National Recreation
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids for the installation of boat dock covers at Willow Beach Marina, located within the Lake Mead National Recreation Area in Arizona. The project involves the design, fabrication, and installation of a dock slipcover measuring 82 feet wide by 244 feet long, aimed at protecting public user boats from harsh environmental conditions. This enhancement is crucial for maintaining the marina's functionality and improving the experience for recreational users, as the existing dock slip covers were installed in 2020. Interested contractors should note that the project is set aside for small businesses and will require compliance with safety and environmental standards, including a pre-bid site visit. For further inquiries, potential bidders can contact Bradley Metler at BradleyMetler@nps.gov, with the Invitation for Bid anticipated to be posted around May 2, 2025.
Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the electrical infrastructure and storage facilities critical for operational readiness and safety at the naval station. The work will involve comprehensive construction services that align with the standards of the Commercial and Institutional Building Construction industry. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details regarding the solicitation process.