Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
MODIFICATION

Y -- LPV 9.2, Fronting Protection, Jefferson Lakefront, Pumping Stations 1 thru 4, Jefferson Parish, LA

Notice Date
7/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New Orleans, US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-09-R-0065
 
Response Due
7/23/2009
 
Archive Date
9/21/2009
 
Point of Contact
Lauren Gandolfi, Phone: 504-862-2340
 
E-Mail Address
lauren.gandolfi@usace.army.mil
(lauren.gandolfi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation will be issued as a Request for Proposal (RFP) resulting in the award of a single firm fixed price (FFP) contract. The Request for Proposal will be issued on or about July 31, 2009 and the Proposal Due Date will be on or about September 1, 2009. The estimated value of this work is $100,000,000.00 to $250,000,000.00. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Best Value. NAICS Code: 237990. This is an UNRESTRICTED procurement. The work consists of constructing a continuous line of hurricane flood protection across the discharge basins at Pumping Stations No. 1 thru 4, as well as, modifications to the two existing breakwaters at Pumping Stations No. 2 and 3. This protection will incorporate pile founded reinforced concrete T-walls, L-walls, swing gate and gatebay type monoliths. Sluice gates and dewatering bulkheads will be installed within the gatebay monoliths located in front of the reinforced concrete discharge tubes. Existing butterfly gates will be reused within the steel discharge tubes. Gate operation will be by individual electric actuators utilizing local and remote controls. Site work will include reconstruction of an access road bridge, modifications to existing pumping station utilities, dewatering systems, construction of temporary retaining structures with work platforms, miscellaneous excavation, clearing and grubbing. Miscellaneous mechanical and electrical work will also be performed. Selection will be based on the following criteria, which are listed in descending order of importance with technical factors being significantly more important than price. Factors 1 and 2 are comparatively equal and are more significant when compared to factor 3. Factor 4 is less significant than factor 3. Factor 5 is less significant than factor 4. (1) Past Performance which includes Safety. (2) Technical Approach (3) Personnel Qualifications (4) Project Management (5) Small Business Subcontracting Plan. These evaluation factors are subject to change. Any changes to evaluation factors will be shown in the solicitation. The solicitation will include a detailed list of evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award. A Pre-Proposal Conference will be held following issuance of the solicitation to discuss the project and address Contractor questions. The exact date, time and location of the Conference will be stated in the solicitation. The solicitation is expected to be issued on or about July 31, 2009 on FedBizOpps at www.fbo.gov. The Government will not provide written paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests for the solicitation package will not be honored. Potential offerors MUST register on FedBizOpps at www.fbo.gov/ in order to receive notification(s) and/or change(s) to the solicitation. The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps web site. Prospective contractors who would like their company name included on the IVL list may do so on the FedBizOpps website under IVL. Potential contractors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. You will need the adobe acrobat reader for.pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register on line at http://www.ccr.gov. To register with ORCA, you may go online at http://www.bpn.gov/orca/. The point of contact for this synopsis is Lauren Gandolfi at 504-862-2340 or lauren.gandolfi@usace.army.mil. NOTE: Information contained in this synopsis is subject to change. Any changes made will be contained in the Request for Proposal (RFP) or by an amendment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-09-R-0065/listing.html)
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA<br />
Zip Code: 70160-0267<br />
 
Record
SN01884283-W 20090724/090723000336-bcac89b412cca4c8bf2a44929c1c96bf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.