Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2006 FBO #1847
SOURCES SOUGHT

Y -- LAKE PONTCHARTRAIN, LOUISIANA, AND VICINITY (HURRICANE PROTECTION) (LPV)  LAKEFRONT CLOSURE STRUCTURES AND PUMP STATIONS AND MODIFICATIONS OF THE 17TH STREET, ORLEANS AVENUE AND LONDON AVENUE CANALS, ORLEANS AND JEFFERSON PARISHES, LOUISIANA

Notice Date
12/15/2006
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
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
W912P8-07-R-0045
 
Response Due
1/15/2007
 
Archive Date
3/16/2007
 
Small Business Set-Aside
N/A
 
Description
U. S. Army Corps of Engineers, New Orleans District, Hurricane Protection Office (HPO)Contracting Division. Description: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE. This Notice provides to the potential proposers a broad overview of this procurement. The Notice explains the overall problem the Government desires to remedy through this procurement, explains the Governments approach to the procurement, providing gener al information on the method of selection, and outlines how the Government plans to make key technical data available to the proposers. PROBLEM: The Government seeks, through the solicitation and award of a Design Build Contract, a remedy for a hurricane protection related problem in the New Orleans area. The problem is the protection of three canals (London Avenue, 17th Street, and Orleans Avenue ) from the storm surge from Lake Pontchartrain. This includes design and construction of pumps, with stand alone auxiliary power supply capacity, sufficient to evacuate the drainage fed to the canals. The project design criteria for the pumping capacitie s of the three canals is: London Avenue, 8,980 cubic feet per second (cfs); 17th Street, 12,500 cfs; and Orleans Avenue, 3,390 cfs. This work is authorized under Public Law 109-234, wherein Congress authorized $530,000,000 to modify the 17th Street, Orlea ns Avenue, and London Avenue Drainage Canals and install pumps and closure structures at or near the lakefront. Should available funding prevent a complete problem solution, the Government may utilize the available funds to provide the most cost effective partial solution. APPROACH AND SELECTION: Confident that the Design Build delivery approach will save time, and generate holistic, innovative solutions to the problem above, the Government intends to procure Design Build services by means of the Corps of Engineers Two-Step method (FAR Part 36.3). In step one, the Army Corps of Engineers will issue a Request for Qualifications (RFQ), and from respondents to that RFQ, select, based on qualification, a short list of three to five firms. In step two, the Corps of Engineers will issue the Design Build Request for Proposals (RFP) to the three to five short listed firms and request their proposed technical approach, and associated price. The Government will select a single technical approach on Best Value. To encourage innovative solutions to the stated problem, the Government will not prescribe a design but rather provide key technical data to the shortlisted firms, along with design criteria. The Corps of Engineers has two AE firms under contract, develop ing pre-design engineering and environmental data. This data will be made available to proposers for their use (if they wish) and to verify that there is at least one feasible engineering solution to the problem. The task of selecting the best technical approach and optimizing that approach is left to the proposers. The Government however, has no particular bias toward any particular technical approach studied by any of its contractors. It remains the responsibility of the proposer to collect any ad ditional data they determine necessary to develop their technical approach. While the RFP selection criteria have not been fully developed, at least the following Factors are currently under consideration: Technical Approach, Management Team, Experience, and Price. The NEPA Process is also an important element of the project. The Government is interested in using proposer input to improve its RFP, and if time permits, there may be the issuance of a draft RFP, followed by a pre-proposal conference, and then the issuance of the final RFP to the shortlisted firms. The contract type, whether lump sum, cost based, or fee based has not yet been determined. SHARING OF KEY TECHNICAL DATA: As was described above, the Government will select a shortlist based o n qualification prior to collection of all project engineering data and completion of the design criteria. After selection of the shortlisted firms, and prior to issuance of the RFP, the Corps of Engineers may engage in exchanges of information with the s hortlisted firms in accordance with the Federal Acquisition Regulations (FAR). In these exchanges, technical engineering and environmental data may be made available and discussed. It is anticipated that attendees to these exchanges may include some loca l stakeholders and environmental regulators. These exchanges may be considered when the Government is finalizing its engineering and environmental reports and the RFP. RESPONSE: Please indicate interest as a potential offeror (prime or joint venture partner) to this planned procurement by responding to Mario Carrete via letter or e-mail at: U. S. Army Corps of Engineers Contracting Division ATTN: Mario Carrete HPO, Rm 167 PO Box 60267 New Orleans, LA 70160-0267 Mario.Carrete@mvk02.usace.army.mil The Government invites your comments and concerns to this planned procurement, as described above. The Government values and will consider all input received, however, we do not intend to respond directly to each comment.
 
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
SN01197563-W 20061217/061215222856 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.