Fargo Moorhead Metropolitan (FMM) Area Flood Risk Management Project, Southern Embankment Reach SE-2B
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159593624967684 |
Posted Date: | Dec 13, 2023 |
Due Date: | Jan 26, 2024 |
Source: | https://sam.gov/opp/9fcacf8676... |
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).
- Contract Opportunity Type: Solicitation (Original)
- All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Dec 13, 2023 03:08 pm CST
- Original Date Offers Due: Jan 26, 2024 02:00 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 10, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: Y1KA - CONSTRUCTION OF DAMS
-
NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
-
Place of Performance:
Fargo , NDUSA
The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for the Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-2B. The Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-2B, is located in Cass County, North Dakota, and consists of a base and two (2) options. The base work consists of 1.76 miles of dam embankment, with associated borrow ditch and an adjacent drainage ditch south of CR 16. The reach includes a road crossing over the embankment at CR 16, which include box culverts for the borrow ditch with flap gated bulkheads. The CR 16 crossing also includes construction of a water line and utility conduits in the crossing. An earthen weir with a headwall, culverts, and flap gates is located at the southern end of the borrow ditch. Option 1 consists of 2.42 miles of dam embankment, with associated borrow ditch and a short section of adjacent drainage ditch on the north end of the project. The reach includes a road crossing over the embankment at 45th St. S., which include box culverts for the borrow ditch. Option 2 consists of limited grading north of CR16 and west of CR16 Reconstruction station 217+70.
The anticipated magnitude of this project will be between $25,000,000.00 and $100,000,000.00.
The North American Industry Classification System (NAICS) code for this project is 237990; Other Heavy and Civil Engineering Construction with a size standard of $45.0 Million.
The resulting contract shall be a Firm, Fixed-Price contract.
The solicitation is Unrestricted (full and open).
The solicitation is an Invitation for Bid (IFB).
No CD's or hard copies of the solicitation will be available. Offerors are responsible for checking the Contract Opportunities website (https://sam.gov/content/opportunities) for any update(s) to the solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website.
There is no “Plan Holder List” for this project. The interested vendors list is listed as part of the solicitation posting on the Contract Opportunities website. In order to view this list, vendors will need to sign in to their SAM account.
In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.
As required by 15 U.S.C. 644(w), the Corps of Engineers’ policy and procedures, as well as past performance information, in regard to definitization of requests for equitable adjustments is found at https://www.usace.army.mil/Business-With-Us/Partnering.
- KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
- SAINT PAUL , MN 55101-1323
- USA
- Scott E. Hendrix
- Scott.E.Hendrix@usace.army.mil
- Kenneth J. Eshom
- kenneth.j.eshom@usace.army.mil
- Dec 13, 2023 03:08 pm CSTSolicitation (Original)
- Oct 17, 2023 09:14 am CDT Presolicitation (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.