Search Contract Opportunities

Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-3   4

ID: W912ES23B0016 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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 Invitation for Bid (IFB).

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-3. The Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-3, is located in Cass County, North Dakota. Work to be completed as part of this project includes the following:

  • Reach SE-3 Embankment: Construct a 1.7-mile-long embankment section between I-29 and the Red River Structure. The embankment includes a utility crossing that includes construction of two 8-inch HDPE water mains with air release valves, one 6-inch and one 8-inch HDPE force sanitary sewer line, and three 4-inch and five 3-inch CLSM dry utility conduits.
  • The Reach SE-3 embankment includes the County Road 81 (CR 81) crossing construction. The crossing includes installation of two 10-foot by 10-foot box culverts. The CR 81 crossing extends approximately 1 2 mile north of the embankment crest.
  • Maintain the gravel road on approximately 0.7 miles of 174th Ave. SE and on approximately one mile of 49th St. SE.
  • Reach SE-2 Gap: Close a 0.2-mile-long gap between Reaches SE-2A and SE-2B. Work will include terminating 57th St S and connecting the borrow ditches.
  • Drain 27 Access Road and Stockpile: Grade existing access road and surface with aggregate. Remove 57th St. S south of the borrow ditch and place a barricade on 112th Ave. S.
  • SE-2B Temporary Closure Removal: Remove 2 temporary closures within Reach SE-2B. The northern closure, located at the County Road 16 (CR16) crossing, consists of Flap Gates placed in the four, 10-foot by 10-foot reinforced box culverts. The southern closure, located near 173rd Ave. S consists of an earthen embankment with two box culverts. The top of the embankment will be removed and a drainage layer, articulated concrete block and turf reinforcement mat will be placed on the weir.
  • Temporary Levee Removal: Remove a temporary levee within the borrow ditch on the east side of I-29; total length is approximately1,000 feet.
  • Utility Relocation: Relocate sanitary sewer force main, water main, and electrical and communication conduits.

It is estimated that this project will be solicited in October or November 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 a Total Small Business Set-Aside.

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.

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.

Overview

Response Deadline
Nov. 15, 2024, 3:00 p.m. EST Past Due
Posted
Sept. 18, 2024, 12:06 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fargo, ND United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
90%
Signs of Shaping
78% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 9/18/24 USACE St. Paul District issued Presolicitation W912ES23B0016 for Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-3 due 11/15/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237990 (SBA Size Standard $45 Million) and PSC Y1KA.
Primary Contact
Name
Scott E. Hendrix   Profile
Phone
None

Secondary Contact

Name
Kevin P. Henricks   Profile
Phone
None

Documents

Posted documents for Presolicitation W912ES23B0016

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912ES23B0016

Award Notifications

Agency published notification of awards for Presolicitation W912ES23B0016

Contract Awards

Prime contracts awarded through Presolicitation W912ES23B0016

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912ES23B0016

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912ES23B0016

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912ES23B0016

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > MVD > W07V ENDIST ST PAUL
FPDS Organization Code
2100-W912ES
Source Organization Code
100221313
Last Updated
Nov. 30, 2024
Last Updated By
scott.e.hendrix@usace.army.mil
Archive Date
Nov. 30, 2024