State Contract Opportunity

Last Updated on 18 Jun 2025 at 3 PM
RFA
Louisiana

Taxiway B Rehabilitation – Phase 2 New Orleans Lakefront Airport (NEW)

Details

Solicitation ID Not Specified
Posted Date 18 Jun 2025 at 3 PM
Response Date 15 Jul 2025 at 3 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Flood Protection Authority East
Location Louisiana United states

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

J & L America Incorporated

Southfield Livonia

Sign up to access Documents

Signup now
Point Of Contact Not Available
LAKEFRONT MANAGEMENT AUTHORITY New Orleans, Louisiana TAXIWAY B REHABILITATION PHASE 2 00 11 00 ADVERTISEMENT FOR BIDS Sealed bids for TAXIWAY B REHABILITATION PHASE 2, to be constructed for LAKEFRONT MANAGEMENT AUTHORITY will be received at the office of the LAKEFRONT MANAGEMENT AUTHORITY and addressed to Lakefront Management Authority, 6001 Stars and Stripes Blvd. Suite 219, New Orleans, Louisiana 70126, until 10:00AM on TUESDAY, JULY 15, 2025, at which time the bids shall be publicly opened and read aloud. An Optional Pre-Bid Conference will be held on JUNE 24, 2025 at 9:00AM at the New Orleans Lakefront Airport – 2nd Floor Conference Room, 6001 Stars and Stripes Blvd, New Orleans, Louisiana 70126. Each bidder shall be limited to three personnel per organization. The Pre-Bid Conference will also be held virtually and information regarding the virtual meeting will be sent out to all plan holders via QuestCDN one week prior to the meeting time. The Project consists of, but is not limited to, cold milling, crack sealing, overlaying, and remarking Taxiway B at New Orleans Lakefront Airport as shown on the plans and included in the specifications. Bids will be received for a single prime contract. Bids shall be on a unit price basis, with additive alternate bid items as indicated in the Bid Form. Digital copies of the bid documents are available at http://Planroom.GarverUSA.com . These documents may be downloaded by selecting this Project from the “Plan Room” link, and by entering Quest Project Number 9742373 on the “Browse Projects” page. For assistance and free membership registration, contact QuestCDN at 952.233.1632 or [email protected]. Addendums to the bid package will be issued through the Garver online Plan Holders List; therefore, all Bidders shall be responsible for downloading the bid documents from the Garver online plan room in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in Article 3.01 of the Bid Form to verify receipt. Bidders also have the option to submit bids electronically. For this project, if the Bidders choose to submit bids electronically, the bids will be accepted through the QuestCDN online electronic bid interface. To access the electronic bid form, download the project documents, refresh the project’s page on the online planroom, and then click the “on-line bid” button below the project name. The successful Bidder must furnish Performance and Payment Bond upon the form provided in the amount of one hundred percent (100%) of the contract price from an approved surety company holding a permit from the State of Louisiana to act as surety, or other surety or sureties acceptable to the Owner. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, LA RS 37:2150-2192, as amended, for all public contracts. It shall be the responsibility of the General or Primary Contractor to assure that all subcontractors comply with this law. Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of HIGHWAY, STREET AND BRIDGE CONSTRUCTION; MUNICIPAL AND PUBLIC WORKS; AND HEAVY CONSTRUCTION. Bids shall be accompanied by a bid security in accordance with the Instructions to Bidders. The successful Bidder must furnish Performance and Payment Bonds in accordance with the Contract Documents. All Bidders shall make good faith efforts, as defined by Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract a minimum of 29.04% of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE).