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
    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
    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.
    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.
    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.
    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
    Similar Opportunities
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    St. Lucie South Jetty Rehabilitation Interagency, Martin County, Florida
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking industry input for the rehabilitation of the seaward 400 feet of the St. Lucie South Jetty located in Martin County, Florida. This Request for Information (RFI) aims to gather insights on capabilities, methodologies, and technologies necessary for the repair and stabilization of the jetty, which has suffered significant degradation threatening the stability of the inlet and surrounding areas. The project is critical for maintaining navigability and ensuring the structural integrity of the jetty, which serves as a vital access point to the Atlantic Ocean. Responses to this RFI are due by 5:00 PM EST on January 2, 2026, and an industry conference call will be held on January 6, 2026, for further discussion. Interested parties can contact Nicole Batista-Cruz at Nicole.M.Batista-Cruz@usace.army.mil or Ruth C. Rodriguez at Ruth.C.Rodriguez@usace.army.mil for more information.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This contract requires the contractor to perform maintenance dredging, manage the placement of dredged materials at a designated open-water site, and conduct pre- and post-dredge surveys, ensuring compliance with all applicable federal, state, and local regulations. The project is critical for maintaining navigability and safety in the harbor, and the contract will be awarded as a firm-fixed price, with construction wage rates applicable. Interested contractors should reach out to Jennifer Gosh at Jennifer.Gosh@usace.army.mil or George Nasif at George.G.Nasif@usace.army.mil for further details.