J. Bennett Johnston Waterway, Construction General, Alexandria Front Dikes Degradation

Agency:
State: Louisiana
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159868151414837
Posted Date: Nov 18, 2023
Due Date: Nov 15, 2023
Source: Members Only
Follow
J. Bennett Johnston Waterway, Construction General, Alexandria Front Dikes Degradation
Active
Contract Opportunity
Notice ID
W912EE24B0003
Related Notice
W912EE23B0020
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST VICKSBURG
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 17, 2023 11:47 pm CST
  • Original Published Date: Oct 16, 2023 03:16 pm CDT
  • Updated Date Offers Due: Nov 15, 2023 02:30 pm CST
  • Original Date Offers Due: Nov 15, 2023 02:30 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 30, 2023
  • Original Inactive Date: Dec 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Alexandria , LA
    USA
Description

W912EE – The U.S. Army Corps of Engineers, Vicksburg District, has a requirement for J. Bennett Johnston Waterway, Construction General, Alexandria Front Dikes Degradation.



The work consists of furnishing all plant, labor, materials and equipment needed, and performing the required structural excavation and grading for revetments and dikes, including disposition of material for the two dikes on the Red River in Alexandria, Louisiana.



In accordance with DFARS 236.204(i), the construction magnitude of this project will be between $1,000,000.00 and $5,000,000.00.



The estimated period of performance for completion of construction is 90 calendar days from the Notice to Proceed.



The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.



The bids will be evaluated based on lowest price submitted and the contractor meeting the Determination of Responsibility Requirements.



In accordance with FAR 9.104-1 General Standards:



To be determined responsible, a prospective contractor must-



(a) Have adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a));



(b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments;



(c) Have a satisfactory performance record (see 9.104-3 (b) and subpart 42.15). A prospective contractor shall not be determined responsible or nonresponsible solely on the basis of a lack of relevant performance history, except as provided in 9.104-2;



(d) Have a satisfactory record of integrity and business ethics (for example, see subpart 42.15);



(e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3(a).)



(f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and



(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at 9.108).



(End of clause)



In addition to examining the criteria in FAR 9.104-1, the Contracting Officer will also examine whether the low bidder can meet the requirements of two (2) definitive responsibility criteria. The apparent low bidder will be required to submit after bid opening the following information and demonstrate compliance with these requirements to be eligible for award:



(1) Provide a list of marine equipment available showing sufficient resources and capability to degrade the existing dike. Indicate whether this equipment is owned or leased by the prime or subcontractor. If the equipment is leased, provide documentation between equipment provider and contractor showing agreement that equipment will be available at the time of removal and installation.



(2) Provide a degrading plan highlighting the contractor’s capability to reach the design depths during normal pool conditions.



The Contracting Officer will verify that the apparent low bidder’s equipment, resources, and degrading plan meet the definitive responsibility criteria as part of the responsibility determination. Bidders are not required to submit additional documentation related to these criteria at the time of bid but may elect to submit the necessary information with their bid package and are encouraged to do so in the interest of time and efficiency. Bidders are neither penalized for not doing so, nor rated on any information provided. If responsibility information is provided with the bid package, it must be sealed in a separate envelope marked “Responsibility Information”, and it will not be opened or reviewed prior to establishment of the apparent low bidder. If not included in the bid package, the required information must be provided to the Contracting Officer within four (4) calendar days after bid opening.



The official solicitation plans and specifications are available in the Attachments section. Compact disc and hardcopies will not be available. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the System for Award Management (SAM) website, https://www.sam.gov/. Bidders are encouraged to check often for changes (AMENDMENTS) to posted solicitations. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the bidders responsibility to check the website periodically for any amendments to the solicitation.



Bidders must have and maintain an active registration in SAM and must include the NAICS code they are bidding under in their registration in order to receive a government contract award. If the bidder is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award a bidder is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective bidder.



Technical inquiries and questions relating to the solicitation are to be submitted via Bidder Inquiry in ProjNet at www.ProjNet.Org when the solicitation is made available. The solicitation, including any amendments, shall establish the official opening and closing dates and times.



ISSUE DATE: 16 OCTOBER 2023; BIDS DUE DATE AND TIME: 15 NOVEMBER 2023 AT 1430 PM CENTRAL. THIS PROCUREMENT IS A TOTAL 100% SMALL BUSINESS SET-ASIDE. IT IS ISSUED UNDER NAICS CODE 237990, FSC CODE: Y1PZ, FOR A FIRM FIXED-PRICE CONTRACT.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4155 CLAY STREET
  • VICKSBURG , MS 39183-3435
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >