Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
MODIFICATION

Z -- Westbank and Vicinity, New Orleans, Louisiana Hurricane Storm Damage Risk Reduction System (HSDRRS)WBV-73 Western Tie-In Highway Crossing, St. Charles Parish, Louisiana

Notice Date
3/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P810R0019
 
Response Due
5/6/2010
 
Archive Date
7/5/2010
 
Point of Contact
Conrad Baker, 309-794-5519
 
E-Mail Address
USACE District, New Orleans
(a.conrad.baker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
It is anticipated that this soliciitation will be available on or about April 6th 2010 The Government seeks to solicit and award a single firm fixed price contract for the WBV-73 Highway 90 Crossing project that consists of the work items described below. This is a part of the Westbank and Vicinity, New Orleans, LA Hurricane Storm Damage Risk Reduction System Project. The project is located in St. Charles Parish, LA north of Lake Cataouatche Area along the US HWY 90 corridor. The Western Tie-in Highway 90 Crossing will be located approximately 800 feet west of the Davis Pond Freshwater Diversion Project Canal Bridge along Highway 90 where the new HSDRRS line of protection crosses HWY 90. The new line of protection will consist of T-walls that tie into the adjacent proposed earthen levees to be constructed under WBV-72 contract to the south and WBV-71 to the north. A new four-lane, two-span Highway 90 Bridge will span the new T-wall. The proposed work will consist of the following: Grading and leveling of the areas where construction is to take place. Local unwatering to facilitate construction. Constructing temporary detour roads. Driving piles to support T-wall and bridge structures. Constructing four-lane, two-span concrete bridge. Constructing T-walls. Constructing earthen levee/T-wall transitions including sheet pile. Removal of temporary detour roads. Constructing permanent service roads and drainage utilizing detour roads. Constructing drainage ditch and removing existing culvert. Placing riprap and grouted riprap. Existing Utilities protected and relocated as needed through the T-Wall. Maintenance of existing temporary road access points. Restoring the property to the preconstruction conditions by backfilling any non pre-existing voids, grading, fertilizing, and seeding. The estimated value of this work is between $25,000,000.00 and $100,000,000.00. NAICS Code: 237990. This is an UNRESTRICTED procurement. Proposals received in response to this solicitation will be evaluated in accor dance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Best Value.Selection will be based on the following criteria: (1) Technical Approach (2) Past Performance Technical Approach and Key Personnel (3) Proposed Construction Duration (4) Small Business Participation Plan (5) Proposal Risk. 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. The solicitation is expected to be issued on or about April 6th, 2010 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/. 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/W912P810R0019/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN02097198-W 20100321/100319234525-cecc75f16c4e52de78f0a08b077cb87c (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.