SOLICITATION NOTICE
Z -- Bayou Cocodrie Drainage Structure Repair Project
- Notice Date
- 8/4/2025 12:13:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE25QA022
- Response Due
- 8/15/2025 2:30:00 PM
- Archive Date
- 08/30/2025
- Point of Contact
- Jeff Smith-Lyon, Phone: 6016317264, Dustin G. Cannada, Phone: 6016317546
- E-Mail Address
-
jeffrey.l.smith-lyon@usace.army.mil, dustin.g.cannada@usace.army.mil
(jeffrey.l.smith-lyon@usace.army.mil, dustin.g.cannada@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- W912EE TCPP - BAYOU COCODRIE DRAINAGE STRUCTURE REPAIR PROJECT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Solicitation Number W912EE25QA0220001 is being issued as a request for quote (RFQ) with the intent to issue one Firm-Fixed Price Contract. This solicitation is being issued under a 100% Total Small Business Set-Aside. The NAICS code for this procurement is 238120 - Structural Steel and Precast Concrete Contractors, with a small business size standard of $19M. This procurement is being conducted in accordance with regulations at FAR Part 12 � Acquisition of Commercial Items and FAR Part 13 � Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, Vicksburg District: Objective of this requirement is for the repair of the Bayou Cocodrie drainage structure. This repair includes, but is not limited to, replacing and adjusting gate wedges and wedge blocks, repairing embedded metal (gate slots and frames), replacing gate anodes and seals, replacing riverside-stoplog slots, and refurbishing lift units. The contract will be a Firm-Fixed Price (FFP) contract for commercial services with contract work to be completed NLT 12 months after award date. All Offerors shall submit a quote with content as specified herein. Quotes submitted without the specified content may be determined non-responsive and removed from further consideration. Offers are encouraged to review all clauses that are incorporated into this solicitation. ****SPECIAL ATTENTION SHOULD BE FOCUSED ON FAR 52.212-2 EVALUATION COMMERCIAL PRODUCTS, AS THIS CLAUSE OUTLINES THE EVALUATION FACTORS FOR THIS REQUIREMENT. PRICING WILL BE EVALUATED BASED UPON THE SUMMATION OF THE PER GALLON FIXED MARK UP RATES ACROSS ALL LOCATIONS.****** OFFERORS SHALL SUMBIT THE ATTACHED BID SCHEDULE WITH FIXED MARK UP RATES. The government intends to make one award for one firm fixed price contract. Offers for less than the required requirements will not be accepted. The government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the government. Offerors are encouraged to provide their best proposed pricing in their initial offer. Quotes shall be submitted electronically via email, to: Jeffrey.L.Smith-Lyon@usace.army.mil. For information concerning this solicitation, contact Jeff Smith-Lyon at the above email or by phone at 601-631-7264. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the SAM.gov web site often for modifications to this solicitation. Offerors are responsible for ensuring their quotes arrive timely. TECHNICAL INQUIRIES AND QUESTIONS Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org). Offerors are encouraged to submit questions early in the advertisement process, to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Any questions submitted within the 72 hours window of the solicitation closing date are not guaranteed a response will be provided. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. The Solicitation Number is: W912EE25QA0220001, TCPP Drainage Repair The Bidder/Offeror Inquiry Key is: VACC5G-PMTI88 Specific Instructions for ProjNet Bid Inquiry Access: From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. Identify the Agency. This should be marked as USACE. Key. Enter the Bidder Inquiry Key listed above. Email. Enter the email address you would like to use for communication. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Standard Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/85cf672b094b43a2bb4ebc32805fbd54/view)
- Place of Performance
- Address: Vicksburg, MS 39180, USA
- Zip Code: 39180
- Country: USA
- Zip Code: 39180
- Record
- SN07535052-F 20250806/250804230046 (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 |