Construction - Dike repairs - Wetland Reserve Program Easements, Steele and Freeborn Counties, Minnesota
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 (Original)
- Original Published Date: Aug 15, 2022 09:44 am CDT
- Original Date Offers Due: Sep 14, 2022 10:00 am CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 29, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: MNUSA
Description
Construction - Dike repairs - Wetland Reserve Program Easements, Steele and Freeborn County, Minnesota
This project includes retrofitting 9 existing earthen dikes that are located on five (5) Wetland Reserve Easements (WRE) properties by installing steel sheet piling to act as a rodent barrier. The dikes will be reconstructed by stripping the topsoil, adding fill and reshaping the side slopes. Disturbed areas will be prepped for seeding and seeded. Three (3) sites are in Summit Township, and one (1) in Aurora Township of Steele County; and one (1) in Newry Township in Freeborn County.
The solicitation will be a Total Small Business set-aside. Interested contractors must be registered in an Active status, and have completed the annual representations and certifications electronically via the System for Award Management (SAM) at http://www.sam.gov in order to be eligible for award.
A firm fixed price construction contract is anticipated under Sealed Bidding procedures in FAR Part 14.
A bid guarantee, in the amount of 20% of the bid, is required to be submitted witheach bid. Sureties should use SF-24 Bid Bond form.
Performance (SF-25) and Payment (SF-25A) Bonds, in the amount of 100% will be required within 10 calendar days of award of the contract.
The anticipated period of performance for this project is 365 calendar days from the date the contractor receives the Notice to Proceed (NTP).
In accordance with FAR 36.204, the estimated magnitude of the projects is between $250,000 and $500,000. The NAICS code for this solicitation is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this NAICS is $39.5M.
A site visit is planned for August 22 at 11:00 a.m. local time. Interested contractors should meet at Site 4 as shown on the project location map in Attachment 1 - Aurora Township Section 32, Lat, Long (43.935640, -93.138934)
Attachments/Links
Contact Information
Contracting Office Address
- FPAC BUS CNTR-ACQ DIV 1400 INDEPENDENCE AVE SW
- WASHINGTON , DC 20250
- USA
Primary Point of Contact
- Natasha Kennedy
- natasha.kennedy@usda.gov
- Phone Number 8175093292
Secondary Point of Contact
- Laureen Eipp, Contracting Officer
- laureen.eipp@usda.gov
- Phone Number 3154776522
History
- Sep 29, 2022 10:56 pm CDTSolicitation (Updated)
- Sep 29, 2022 10:56 pm CDTPresolicitation (Original)
- Aug 15, 2022 09:44 am CDTSolicitation (Original)