Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2025 SAM #8633
MODIFICATION

Y -- Ouachita Parish, Ouachita River Basin, 2020 PL 84-99 Ouachita River Levee Bank Stabilization, Emergency Bank Stabilization Sites 2, 11, 12, 16, & 22

Notice Date
7/14/2025 1:10:28 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE25B0002
 
Response Due
8/13/2025 12:00:00 PM
 
Archive Date
09/30/2025
 
Point of Contact
Freteshia L. Johnson, Phone: 6016315219, Robert Ellis Screws, Phone: 6016317527
 
E-Mail Address
Freteshia.L.Johnson@usace.army.mil, Ellis.Screws@usace.army.mil
(Freteshia.L.Johnson@usace.army.mil, Ellis.Screws@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W912EE - Ouachita Parish, Ouachita River Basin, 2020 PL 84-99 Ouachita River Levee Bank Stabilization, Emergency Bank Stabilization Sites 2, 11, 12, 16, & 22 The work consists of furnishing all necessary plant, labor, materials, and equipment, and performing all work constructing longitudinal peaked stone toe dikes (LPSTDs) with stone tiebacks and stone fill revetment at five sites along the Ouachita River in Northeast Louisiana, south of Monroe, Louisiana. Principal features of the work include mobilization and demobilization, clearing and grubbing, and bank stabilization work consisting of tiebacks, excavation, and backfill. The Contractor shall begin performance within 10 calendar days and complete the work within 404 calendar days after the contractor receives the Notice to Proceed. This procurement will require 100% performance and payment bonds. The Notice to Proceed for construction will be issued after receipt and Government verification of the required performance and payment bonds. The estimated quantities listed on the bidding schedule include: (0001) Mobilization and Demobilization � one (1) job; (0002) Clearing and Grubbing � one (1) job; (0003) Graded �C� Stone, (0003A) First 300,000 Tons � 300,000 Tons, and (0003B) Over 300,000 Tons � 112,030 Tons; and (0004) Excavation and Backfill for Stone Tiebacks � 38 Each. The estimated tonnages are based on the best information available at this time and may vary due to site conditions. The Contractor shall be competent in placing a large volume of stone in rapid flowing river conditions with varying depths and currents. Pursuant to Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(ii), the magnitude of the proposed construction project is between $25,000,000.00 and $100,000,000.00. The subject project is competed under FAR Part 14, Sealed Bidding. This Invitation for Bids (IFB) will result in the award of one (1) Firm-Fixed-Price Construction contract. The set-aside for this procurement is Total Small Business. The NAICS Code is 237990, Other Heavy and Civil Engineering Construction. The PSC Code is Y1PZ, Construction of Other Non-Building Facilities. The size standard of $45,000,000.00. The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the best interest of the Government. The bids will be evaluated based on the lowest price submitted. The official plans and specifications are available free of charge by electronic posting only and may be found as attachments to this announcement on the System for Award Management (SAM) Web Page at https://www.sam.gov. Bidders may register on the Interested Vendor's List (IVL) at https://sam.gov/. Compact disc and hardcopies will not be available. Telephone and emailed requests for this solicitation will not be honored. Bidders are encouraged to check often for changes (AMENDMENTS) to the posted solicitation. 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 at http://www.sam.gov and must include the NAICS code they are bidding under in order to receive a Government contract award. If the bidder is a Joint Venture (JV), the JV entity shall have a 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. SOLICITATION ISSUE DATE: 14 JULY 2025. BID OPENING DATE AND TIME: 13 AUGUST 2025 AT 2:00 PM CENTRAL. See the Attachments Section for the Solicitation and Plans (Drawings). The specifications are attached to the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/17ff79f8b69a4d18822309be05b0bd9d/view)
 
Place of Performance
Address: Vicksburg, MS 39183, USA
Zip Code: 39183
Country: USA
 
Record
SN07507773-F 20250716/250714230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.