Skip to main content

An official website of the United States government

You have 2 new alerts

Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-4

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: Presolicitation (Original)
  • Original Published Date: Feb 13, 2024 02:07 pm CST
  • Original Response Date: Apr 30, 2024 10:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 15, 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:
    Comstock , MN
    USA

Description

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-4.  The Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-4, is located in Clay County, Minnesota.  The project consists of 5.8 miles of dam embankment, with associated borrow ditch and drainage ditch.  The reach includes four road crossings over the embankment, at 3rd St. S, 140th Ave. S, 150th Ave. S and 160th Ave. S.  The contract also includes two drop structures, one at the Red River and one at Wolverton Creek; and a field access road between 150th Ave. S and 180th Ave. S.

It is estimated that this project will be solicited in late March or April 2024.  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 will be 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 shall be Unrestricted (full and open). 


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 IFB.

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.

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.

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.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA

Primary Point of Contact

Secondary Point of Contact

History