Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2007 FBO #1868
SOURCES SOUGHT

Y -- HPO-IHNC-01 Protection of Inner Harbor Navigation Canal

Notice Date
1/5/2007
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
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-0053
 
Response Due
2/4/2007
 
Archive Date
4/5/2007
 
Small Business Set-Aside
N/A
 
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. NAICS: 237990; FSC: Y299 and SIC: 1629 Work estimated price range is $100M and $400M. The Period of Performance complet ion date is 2010. 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 one of the most damaged areas by post Katrina flooding was the area a long the IHNC in the City of New Orleans. The Congress of the United States has tasked the Corps of Engineers with the modification of the Lake Pontchartrain and Vicinity Hurricane Protection Project by improving flood protection at the IHNC. Minimum flo od protection required is 100 year water and wave loading as provided in Corps of Engineers Report, Elevations for Initial Design of Hurricane Protection Levees and Structures within the New Orleans District. After alternative concept review the Corps of Engineers has determined that there are several locations where modifications can be affected by constructing flood closure gates across the GIWW, the MRGO and the IHNC at Seabrook. Each location offers a varying degree of protection to surrounding ar eas. In addition the Corps of Engineers is dedicated to achieving the most protection using innovative techniques. Should available funding prevent a complete problem solution, the Government may utilize the available funds to provide the most cost effect ive partial solution. This work is authorized under Public Law 109-234, wherein Congress has authorized funding to improve protection at the Inner Harbor Navigation Canal. 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 solidified, at least the following Factors are currently under consider ation: Organization of DB Team, Specialized Experience (relating to similar work), Key Personnel Experience, and Technical Approach to Solving the Problem, and Past Use of Small Business. 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 on 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, th e Corps of Engineers may engage in exchanges of information with the shortlisted 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 local 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 Karen Golden via letter or e-mail at: U. S. Army Corps of Engineers Contracting Division ATTN: Karen Golden HPO, Rm 167 PO Box 60267 New Orleans, LA 70160-0267 Karen.Golden3@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
SN01206060-W 20070107/070105221252 (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.