Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-5
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Nov 19, 2024 09:25 am CST
- Original Published Date: Oct 29, 2024 03:32 pm CDT
- Updated Date Offers Due: Dec 05, 2024 02:00 pm CST
- Original Date Offers Due: Dec 03, 2024 02:00 pm CST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Dec 20, 2024
- Original Inactive Date: Dec 18, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1KA - CONSTRUCTION OF DAMS
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: Moorhead , MNUSA
Description
***Amendment 0002 pakes changes to the specifications, removes and replaces the Bid Schedule, and updates provisions and clauses.
***Amendment 0001 extends the bid due date.
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-5. The Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-5, is located in Clay and Wilkin counties, Minnesota, and consists of an overflow earth dam embankment with soil-cement mixture and a gravel road on top, topsoiled and seeded side slopes, and ditches on both sides. The dam embankment will tie into and extend east from the end of the existing Reach SE-4 embankment at the intersection of Hwy 75 and 180th Ave. S, to Township Road 171. The project includes excavating and replacing the existing Hwy 75 intersection with an impervious section and repaving the intersection. The reach also includes replacement existing culverts with cast-in-place twin box culverts at Wolverton Creek. The combined total length of the dam embankment is approximately 1.8 miles. The embankment material will come from a stockpile just west of Hwy 75 off of 180th Ave. S.
The estimated 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 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 a Total Small Business Set-Aside.
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 into 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.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
- SAINT PAUL , MN 55101-1323
- USA
Primary Point of Contact
- Scott E. Hendrix
- Scott.E.Hendrix@usace.army.mil
Secondary Point of Contact
- Kevin P. Henricks
- kevin.p.henricks@usace.army.mil
History
- Jan 01, 2025 11:00 pm CSTSolicitation (Updated)
- Dec 10, 2024 01:27 pm CSTSolicitation (Updated)
- Dec 05, 2024 11:35 am CSTSolicitation (Updated)
- Dec 03, 2024 08:19 am CSTSolicitation (Updated)
- Nov 27, 2024 02:51 pm CSTSolicitation (Updated)
- Nov 25, 2024 04:27 pm CSTSolicitation (Updated)
- Nov 19, 2024 09:25 am CSTSolicitation (Updated)
- Nov 16, 2024 10:55 pm CSTPresolicitation (Updated)
- Nov 15, 2024 07:34 am CSTSolicitation (Updated)
- Nov 13, 2024 11:11 am CSTSolicitation (Updated)
- Oct 29, 2024 03:32 pm CDTSolicitation (Original)