Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2019 FBO #6550
SOURCES SOUGHT

Y -- Fargo Moorhead Metropolitan (FMM) Area Flood Risk Management Project, Southern Embankment Reach SE-1

Notice Date
10/30/2019
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES20SS0002
 
Archive Date
11/28/2019
 
Point of Contact
Scott E. Hendrix,
 
E-Mail Address
Scott.E.Hendrix@usace.army.mil
(Scott.E.Hendrix@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice; issued for planning purposes only; and no award shall be made from this posting. The U.S. Army Corps of Engineers (USACE), St. Paul District is seeking interested sources capable of providing all labor, material, and equipment necessary to construct the Fargo Moorhead Metropolitan (FMM) Area Flood Risk Management Project, Southern Embankment Reach SE-1. The FMM Area Flood Risk Management Project, Southern Embankment Reach SE-1, is located in Cass County, North Dakota, and will consist of an earth dam embankment with gravel road on top, top soiled and seeded side slopes, and ditches on both sides. Portions of the embankment slopes will have turf reinforcement mat. The dam embankment will extend from a point just south of CR16 and ½ mile west of CR17 in a southwesterly direction. The total length of the dam embankment is just over 3 miles. The majority of the embankment material will come from a government provided borrow site ½ mile north of CR16 and just west of CR17. Portions of the embankment follow the alignments of existing roads and will require reconstructing or modifying the existing road embankments. Traffic control will be required on impacted local roads during construction. A 52 foot deep slurry trench will be installed below the northern portion of the dam embankment to cut off seepage through existing sand layers in that area. The project will also include removal of existing abandoned water line and communication lines, reconstruction of farm entrances and gravel driveways, and replacement of corrugated metal pipe and concrete culverts. It is anticipated that this project will be solicited on or around September 2020. Once awarded, construction completion is estimated in the fall of 2022. All dates are tentative and for planning purposes only. The anticipated magnitude of this project will be between $10,000,000.00 and $25,000,000.00. The North American Industry Classification System (NAICS) code for this project would be 237990; Other Heavy and Civil Engineering Construction with a size standard of $39.5 Million. Information submitted will be used in determining an acquisition strategy. It is your responsibility to provide adequate detailed information for the Government to determine, without doubt, that your firm is capable of providing the required products/services. In order for your response to this sources sought to be considered, you must provide all of the following: 1) A capability statement expressing your firm's interest in this requirement, describing your company and its capability to provide the products in a timely fashion. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2) A statement of your firm's business size and type with regards to the NAICS code listed above. If your firm falls into one of the sub-category small businesses, e.g. HUBZone or Service Disabled Veteran Owned, please provide that information as well. 3) CAGE Code and DUNS number (for your firm and any potential subcontractors or partners). Submit this information to Mr. Scott Hendrix, Contract Specialist, via email to Scott.E.Hendrix@usace.army.mil. In order to be considered, your response to this notice must be received on or before 1:00 PM (local time) on November 13, 2019. This sources-sought announcement is used to identify concerns with the capability to provide these items. This is not a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES20SS0002/listing.html)
 
Place of Performance
Address: Fargo, North Dakota, 58103, United States
Zip Code: 58103
 
Record
SN05486288-W 20191101/191030230657-b10296cb0d4eb159c60bb342422ca982 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.