Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2024 SAM #8088
SOLICITATION NOTICE

Y -- Fargo Moorhead Metropolitan (FMM) Area Flood Risk Management Project, Southern Embankment Reach SE-2B

Notice Date
1/17/2024 12:36:29 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES23B0005
 
Response Due
2/1/2024 12:00:00 PM
 
Archive Date
02/16/2024
 
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)
 
Description
***Amendment 0001 makes changes to the plans and specifications, updates provisions and clauses, replaces the Bid Schedule, and updates the Davis-Bacon Act Wage Determination. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4ed58290a4c4862aada65b38827749f/view)
 
Place of Performance
Address: Fargo, ND, USA
Country: USA
 
Record
SN06937149-F 20240119/240117230042 (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.