Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

99 -- The requirement for supply of clay materials of emergency levee restoration

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-06-R-0059
 
Response Due
1/6/2006
 
Archive Date
3/7/2006
 
Small Business Set-Aside
N/A
 
Description
This procurement is an Indefinite Delivery/ Indefinite Quantity Task Order Contract. The Government intends to award up to three (3) contracts as result of this solicitation. This procurement will be Best Value and Unrestricted. Requirement for s upply of clay material in support of emergency levee restoration work in Orleans, Plaquemines and St. Bernard Parishes of Southeast Louisiana. Each contract may be required to deliver clay materials to any project area where emergency restoration work is being performed regardless of where other awarded contracts may be operating. The term of the contract will be one (1) year. Each contract will require a minimum of 50,000 cubic yards (loose truck measure) of clean naturally occurring clay material at no more than the specified maximum moisture content. Clay materials shall be classified in accordance with ASTM D2487 and the Unified Soil Classification System as CL, CH, CL-ML, or ML materials and must be free from masses of organic matter, sticks, branch es, roots, or other debris including hazardous or regulated solid wastes. Clay materials with Plasticity Indexes (PIs) of less than 7 shall not be allowed. Clay materials must be delivered with moisture content within the following limits: Moisture Content (In percent dry weight) Type of Material Maximum Minimum ML 26 15 CL 28 18 CH 40 20 All clay material must meet all specified requirements. Engineering data and environmental information required for preparation of an environmental compliance document must be provided in the offerors proposal that includes, as a minimum, the following: 1) Soil boring logs and report(s); boring locations in the borrow area, laboratory soil classification test results and moisture content test results; 2) Cultural resources investigation report for source of material; 3) Certified agronomist test results a nd 4) wetland delineation and/or section 404 permit information. Soil classified as ML shall be blended with CH or CL to formulate a material that classifies as CL. Each contract may require up to a maximum of 2,000,000 cubic yards ordered over a period of up to one year. Orders will be for no less than 1,000 cubic yards each. This is a Best Value procurement process. The following procurement evaluation criteria shall be utilized and listed in order of importance: 1) Technically acceptable, 2) Past Performance, 3) Ability to Deliver Materials and 4) Price. Contract awards will be based upon the following selection criteria: 1) Quality of clay material for construction of hurricane protection levees as evaluated by the Government, 2) Past Performan ce, 3) Availability, timeliness and delivery capability to meet demand requirements and 3) Price as the final determining factor. Requests for Proposals W912P8-06-R-0059 will be issued on or about 6 December 2005. Interested parties shall obtain a copy of the solicitation by downloading it from the WEB ONLY at: www.mvn.usace.army.mil. There will be no paper copies available. Point of contacts Edward Foley 504-862-2493, E-mail: Edward.c.Foley@mvn02.usace.army.mil or Melissa A. Vaughn 504-862-2762, E-mail: M elissa.a.vaughn@mvn02.usace.army.mil. YOU WILL ALSO BE REQUIRED TO REGISTER AS A PLANHOLDER TO SHOW THAT YOU HAVE DOWNLOADED THE PACKAGE. THIS WILL ALLOW US TO NOTIFY INTERESTED PARTIES IN THE EVENT AN AMENDMENT IS ISSUED. EFFECTIVE 01/01/05, ALL CONTRAC TORS WHO SUBMIT AN OFFER/BID ARE REQUIRED TO REGISTER IN THE ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA). SEE FAR CLAUSES 52.204-7 AND 52.204-8 at: http://farsite.hill.af.mil FOR REQUIREMENT INFORMATION. THE WEBSITE FOR ORCA IS http://orca .bpn.gov. NACIS CODE 423320 business standard size 100.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00934586-W 20051120/051118212216 (fbodaily.com)
 
Source
FedBizOpps.gov 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.