Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 17, 2021 SAM #7291
SOLICITATION NOTICE

Y -- Fargo Moorhead Metropolitan (FMM) Area Flood Risk Management Project, Drain 27 Wetland Restoration

Notice Date
11/15/2021 7:32:47 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1678 USA
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES21B0012
 
Response Due
12/15/2021 8:00:00 AM
 
Archive Date
12/30/2021
 
Point of Contact
Scott E. Hendrix, Kenneth J. Eshom
 
E-Mail Address
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The following is a pre-solicitation synopsis. The U.S. Army Corps of Engineers (USACE), St. Paul District is planning to solicit a requirement for the Fargo Moorhead Metropolitan (FMM) Area Flood Risk Management Project, Drain 27 Wetland Restoration. 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.� Drain 27 is one part of the overall FMM project. The Drain 27 Wetland Restoration Project will provide the mitigation required to offset wetland impacts associated with the federally constructed portion of the FMM Project in North Dakota. This includes the Interstate 29 road raise, Wild Rice River Structure, as well as portions of the Diversion Inlet Structure, the Red River Structure, and the Southern Embankment (Reaches SE-1, SE-2, and SE-3). The project is located just south of Fargo, North Dakota, near Horace, North Dakota.� The purpose of the project is to mitigate wetland impacts caused by construction of the FMM Area Flood Risk Management Project.� The project consists of excavation to create a wetland, excavation of a borrow ditch, construction of an earthen embankment with a lower sheet pile and H-pile weirs segment in the middle of the embankment and a low flow pipe through the embankment, removal of roads and utilities, and construction of a permanent access road.� The project consists of a base portion and one option. At this time, the solicitation posting date is on hold.� A new date has not yet been determined.� The anticipated magnitude of this project will be between $5,000,000.00 and $10,000,000.00.� The North American Industry Classification System (NAICS) code for this project will be 237990; Other Heavy and Civil Engineering Construction with a size standard of $39.5 Million. The resulting contract shall be a Firm, Fixed-Price contract. The solicitation shall be a Total Small Business set-aside.� The solicitation will be an Invitation for Bid (IFB). This synopsis is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is intended to be issued via Contract Opportunities (https://sam.gov/content/opportunities) in the near future. The specifications will be detailed in the solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This is a pre-solicitation notice, and as such, any additional information as to the size and/or scope of the project will not be available until the issuance of the solicitation. No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice. �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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d7633395386c4ceb9eb351e9cf8f1d02/view)
 
Place of Performance
Address: Fargo, ND, USA
Country: USA
 
Record
SN06176801-F 20211117/211115230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.