Panola County, MS, MDHP, RP-17-05, FC/MR&T, Yazoo River Basin, Long Creek Watershed
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: Solicitation (Updated)
- Updated Published Date: Aug 29, 2024 01:11 pm CDT
- Original Published Date: Jul 29, 2024 06:26 pm CDT
- Updated Date Offers Due: Aug 28, 2024 02:30 pm CDT
- Original Date Offers Due: Aug 28, 2024 02:00 pm CDT
- Inactive Policy: Manual
- Updated Inactive Date: Sep 30, 2024
- Original Inactive Date: Sep 30, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: MSUSA
Description
See attached Bid Abstract.
W912EE – The U.S. Army Corps of Engineers, Vicksburg District, has a requirement for Panola County, MS, MDHP, RP-17-05, FC/MR&T, Yazoo River Basin, Long Creek Watershed.
The work consists of constructing three (3) riser pipe grade control structures and bank stabilization. Principal features of the work include clearing and grubbing, excavation, fill, backfill, embankment, miscellaneous items, control of water, engineering fabric, stone protection, longitudinal peak stone dikes with tiebacks, corrugated metal pipe, erosion control, lime treatment, welding, concrete work, and storm water pollution prevention and environmental protection. The estimated quantity of excavation for stone dikes and tiebacks is 25 each. The estimated quantity of R200 riprap for stone dikes and tiebacks is 6,550 tons. It is estimated that construction of the potential requirement can be completed within 210 calendar days after the contractor receives the notice to proceed.
In accordance with FAR 36.204(f), the magnitude of this construction project is estimated to be between $1 Million and $5 Million.
This IFB will result in the award of one (1) Firm Fixed-Price (FFP) Construction contract. The set-aside for this procurement is Women-Owned Small Business (WOSB). The North American Industry Classification System (NAICS) Code is 237990, Other Heavy and Civil Engineering Construction, with a size standard of $45 Million.
The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government’s best interest.
The bids will be evaluated based on lowest price submitted.
The official plans and specifications are available free of charge by electronic posting only and may be found as attachments to this announcement on the System for Award Management (SAM) Web Page at https://www.sam.gov. Bidders may register on the Interested Vendor's List (IVL) at https://sam.gov/. Compact disc and hardcopies will not be available. Telephone and emailed requests for this solicitation will not be honored. Bidders are encouraged to check often for changes (AMENDMENTS) to the posted solicitation. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the bidders responsibility to check the website periodically for any amendments to the solicitation.
Bidders must have and maintain an active registration in SAM at http://www.sam.gov and must include the NAICS code they are bidding under in order to receive a Government contract award. If the bidder is a Joint Venture (JV), the JV entity shall have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award a bidder is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective bidder.
For additional information regarding this solicitation, please contact Freteshia L. Johnson via email at Freteshia.L.Johnson@usace.army.mil. Technical inquiries and questions relating to the solicitation are to be submitted via Bidder Inquiry in ProjNet at www.ProjNet.Org once the solicitation is made available. The solicitation, including any amendments, shall establish the official opening and closing dates and times.
ISSUE DATE: 29 JULY 2024. BID OPENING DATE AND TIME: 28 AUGUST 2024 AT 2:30 PM CENTRAL. THIS PROCUREMENT IS A WOSB SET-ASIDE. IT IS ISSUED UNDER NAICS 237990, FSC CODE Y1PZ, FOR ONE (1) FIRM FIXED-PRICE CONSTRUCTION CONTRACT.
SEE ATTACHMENTS FOR PLANS AND SPECIFICATIONS.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 4155 CLAY STREET
- VICKSBURG , MS 39183-3435
- USA
Primary Point of Contact
- Freteshia L. Johnson
- Freteshia.L.Johnson@usace.army.mil
- Phone Number 6016315219
Secondary Point of Contact
- Robert Ellis Screws
- Ellis.Screws@usace.army.mil
- Phone Number 6016317527
History
- Nov 08, 2024 11:04 pm CSTAward Notice (Original)
- Sep 30, 2024 11:00 pm CDTSolicitation (Updated)
- Sep 30, 2024 11:00 pm CDTPresolicitation (Original)
- Jul 29, 2024 06:27 pm CDTSolicitation (Updated)
- Jul 29, 2024 06:26 pm CDTSolicitation (Original)