North Dakota Bids > Bid Detail

Fargo-Moorhead Metropolitan (FMM) Area Flood Risk Management Project, Southern Embankment Reach SE-3

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159451336741831
Posted Date: Feb 15, 2024
Due Date: Feb 29, 2024
Source: https://sam.gov/opp/d2201ce593...
Follow
Fargo-Moorhead Metropolitan (FMM) Area Flood Risk Management Project, Southern Embankment Reach SE-3
Active
Contract Opportunity
Notice ID
W912ES24S0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST ST PAUL
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 15, 2024 10:28 am CST
  • Original Response Date: Feb 29, 2024 01:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1KA - CONSTRUCTION OF DAMS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Horace , ND
    USA
Description

This is a Sources Sought notice; issued for market research and planning purposes only; no award shall be made from this posting.





The U.S. Army Corps of Engineers (USACE), St. Paul District is seeking interested sources capable of providing all labor, material, and equipment necessary to construct the Fargo Moorhead Metropolitan (FMM) Area Flood Risk Management Project, Southern Embankment Reach SE-3.





The Fargo-Moorhead Metropolitan (FMM) Area Flood Risk Management Project is a large, multi-faceted project that will result in significant flood risk management for the project area. Southern Embankment Reach SE-3 is one part of the overall FMM project.





The Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-3, is located in Cass County, North Dakota, and consists of the following:










      • Reach SE-3 Embankment: Construct a 1.6-mile long embankment section between I-29 and the Red River Structure. This includes County Road 81 (CR 81) crossing construction.

      • Reach SE-2 Gap: Close a 0.2-mile long gap between Reaches SE-2A and SE-2B. Work will include terminating 57th St S and connecting the borrow ditches.

      • Drain 27 Access Road and Stockpile: Grade existing access road and surface with aggregate. Remove the existing borrow material stockpile, including removal of 57th St. S south of the borrow ditch and placement of a barricade on 112th Ave. S.

      • SE-2B Temporary Closure Removal: Remove 2 temporary closures within Reach SE-2B. The northern closure, located at the County Road 16 (CR16) crossing, consists of Flap Gates placed in the four, 10-foot by 10-foot reinforced box culverts. The southern closure, located near 173rd Ave. S consists of an earthen levee with two box culverts. The top of the embankment will be removed and a drainage layer, articulated concrete block and turf reinforcement mat will be placed on the weir.

      • Temporary Levee Removal: Remove a temporary levee within the borrow ditch on the east side of I-29; total length is approximately1,000 feet.

      • Utility Relocation: Relocate sanitary sewer force main, water main, and electrical and communication conduits.









It is anticipated that this project will be solicited in the fall or winter of 2024. All dates are tentative and for planning purposes only. In accordance with FAR 36.204, the anticipated magnitude of this project is reported as “More than $10,000,000. In accordance with DFARS 236-204, the anticipated magnitude of this project is reported as “Between $25,000,000 and $100,000,000.





The North American Industry Classification System (NAICS) code for this project would be 237990; Other Heavy and Civil Engineering Construction with a size standard of $45.0 Million.





Information submitted will be used in determining an acquisition strategy. We ask that you provide adequate detailed information for the Government to determine, without doubt, that your firm is capable of providing the required products/services.





In order for your response to be considered, we ask that you provide all of the following:





1) A capability statement expressing your firm's interest in this requirement, describing your company and its capability to provide the service / construction in a timely fashion. Include a statement detailing any special qualifications and certifications, applicable to the anticipated scope of this project, held by your firm and/or in-house personnel. Additionally, please provide your firm’s bonding capacity.





2) A statement of your firm's business size and type with regards to the NAICS code listed above. If your firm falls into one of the sub-category small businesses, e.g. HUBZone or Service-Disabled Veteran Owned, please provide that information as well.





3) CAGE Code and Unique Entity Identification (UEI) number (for your firm and any potential subcontractors or partners).





Submit this information to Mr. Scott Hendrix, Contract Specialist, via email to Scott.E.Hendrix@usace.army.mil. In order to be considered, your response to this notice must be received on or before 1:00 PM (local time) on February 29, 2024. Please reference this project in your response.





This sources-sought announcement is used to identify concerns with the capability to provide these items. If, at a later date, it is determined that this project moves forward and is solicited, it will be under a different solicitation number.





This is not a solicitation, and no plans or specifications are available.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 15, 2024 10:28 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >