Similar Projects
Project Diamond Vault
New Construction, Infrastructure
Conception
$1,400,000,000 CJ est. value
Lena, LA 71447

Elliott St. Rehab: Macarthur Dr to I-49
Infrastructure
Design
$2,500,000 CJ est. value
Alexandria, LA 71301

LA 1: Rapides Station - I-49 Bridge
Infrastructure
Design
$5,000,000 CJ est. value
Alexandria, LA 71301

Contract 2 Office Building and Site Paving
New Construction, Infrastructure
Bidding
$750,000 CJ est. value
Cheneyville, LA 71325

Huffman Creek Pump Station and Outfall
Demolition, Renovation, Infrastructure
Bidding
$7,200,000 CJ est. value
Pineville, LA 71360

Alta Road Bridge Replacement Project
Demolition, New Construction, Infrastructure
Post-Bid
$696,942 CJ est. value
Bell City, LA 70630

New Administration, Emergency Operations and Warehouse Building, Camp Beauregard - Louisiana Engineering Selection Board
New Construction, Infrastructure
Post-Bid
$3,360,000 CJ est. value
Pineville, LA 71360

2022 District 7, 9 Road Improvements
Infrastructure
Results
$2,493,427 CJ est. value
Mandeville, LA 70448

Rehabilitation of Runway and Taxiway Safety Areas Phase 2 Light Adjustments
Infrastructure
Results
$2,108,800 CJ est. value
Alexandria, LA 71303

Beaver Lake Renewable Energy
New Construction, Infrastructure
Pending Verification
$1,800,000,000 CJ est. value
Pineville, LA 71360

Dolly Paul Road New Fire Station - Rapides Parish Police Jury
New Construction, Infrastructure
Design
$3,583,815 CJ est. value
Glenmora, LA 71433

Water Main Replacement in Curtis Park Subdivision
Infrastructure
Bidding
$440,000 CJ est. value
Pineville, LA 71360

Army Combat Fitness Test (ACFT) Field, Camp Cook
New Construction, Infrastructure
Post-Bid
$677,250 CJ est. value
Ball, LA 71405

ARPA/WSP Sieper Consolidation Improvements Contract 1 Distribution and Sitework project
Infrastructure
Results
$1,994,672 CJ est. value
Elmer, LA 71424

Us 71: Uprr Overpass Clr Adjustment
Infrastructure
Design
$2,500,000 CJ est. value
Alexandria, LA 71302

Last Updated 10/18/2023 02:34 AM
Project Title

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

Physical Address View project details and contacts
City, State (County) Alexandria, LA 71301   (Rapides County)
Category(s) Heavy and Highway
Sub-Category(s) Dock/Pier/Marine, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected January 2024
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 10/16/23
Owner View project details and contacts
Architect View project details and contacts
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. REQUISITION/PURCHASE REQUEST NO W807PM32350043 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: Bids shall be mailed to the Vicksburg District Headquarters Building, Room 120, 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Bids sent by commercial carrier shall be clearly marked on the outer envelope as containing a Sealed Bid. Bids must be received prior to the exact time set for bid opening. Bids may also be submitted by hand at the Vicksburg District Headquarters Building Lobby (4155 Clay Street, Vicksburg, MS) on the day of bid opening only and may not be submitted sooner than two (2) hours prior to the time of the scheduled bid opening. Bidders will only have access to the main lobby. You must enter and hand off your bid package to a representative of the Vicksburg Contracting Office. Prior to opening of bids, bidders attending in person will be escorted to the Bid Opening Room. 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 web site 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. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 35 - Waterway and Marine Construction, Common Work Results for Waterway and Marine Construction, Waterway and Marine Construction and Equipment, Marine Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents