Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

Y -- West Bank & Vicinity, Hurricane Protection Project, Lake Cataouatche, St. Charles Parish, LA., WBV-77 Western Tie-In , BNSF Railroad

Notice Date
1/25/2011
 
Notice Type
Presolicitation
 
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
W912P8-11-R-0025
 
Response Due
4/7/2011
 
Archive Date
6/6/2011
 
Point of Contact
Chris Nuccio, (504) 862-2704
 
E-Mail Address
USACE District, New Orleans
(christopher.m.nuccio@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 March 8, 2011 and the Proposal Due Date will be on or about April 7, 2011. The estimated value of this work is $5,000,000.00 to $10,000,000.00. 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 site is located at the LA-18 and UP Railroad crossing, immediately east of the Davis Pond Diversion Canal near Ama, La, and north of the three tracks, the alignment would transition from the Mississippi River Levee to a short reach of levee, to an earthen vehicular ramp, to a reinforced concrete T-wall, to a steel double-swing floodgate, to a reinforced concrete T-wall to a sheet pile I-wall, at Elevations 12.0, 12.0, 15.0, 15.0, 13.0, and 13.5 NAVD88 for a length of approximately 250 feet. Work included within this project consists of the following: Steel Swing Gate at Union Pacific Railroad Crossing, Government-designed temporary falsework, Government-designed temporary retaining structures/temporary flood protection, construction dewatering, concrete reinforced T-Walls, clearing and grubbing, earthern ramp at La Hwy 18, traffic control and coordination, drainage improvements, structural excavation and backfill, turf establishment and maintenance, painting, driving steel sheet piling, driving steel h-piles, driving steel pipe piles, and other incidental work. The railroad gate will require contractors to drive steel H-piling and steel sheet piling, pour base slabs, install false work (temporary bridging consisting of steel pipe piling and structural steel superstructure) for the rail road tracks, construct reinforced concrete floodwall stems, and install steel flood gates in very limited windows of time to facilitate keeping both tracks in service during construction, since this railroad line is reported to be the busiest in the state of Louisiana. The Contractor will be required to provide means to clear railroad ROW quickly should any breakdowns or equipment failures occur (this could mean providing redundant cranes, etc.). Any delays will incur a substantial fine by the railroad company on the construction contractor. As such, a certain level of insurance and bonding capacity will be required as follows: Contractor, Public and Railroad's Protective Public Liability and Property Damage Liability Combined Single Limit for Bodily Injury Liability, Property Damage Liability and Physical Damage to Property - $2,000,000 per occurrence. Aggregate Limit - $6,000,000 for the term of the policy. For AMTRAK - Aggregate Limit - $12,000,000 for the term of the policy. Selection will be based on the following criteria, with non-cost factors being more important than price. Factors 1, 2, and 3 are comparatively equal. Factor 4 is less significant than factor 1, 2, and 3. Factor 5 is less significant than factors 1, 2, 3, and 4. (1) Past Performance Risk which includes Safety (2) Technical Approach and Key Personnel (3) Proposed Construction Duration (4) Small Business Participation Plan (5) Price. Factor 5 will not be scored, but will be subjectively evaluated for reasonableness by the board. 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 sub-factors or elements, and will provide instructions for proposal requirements and the basis for award. 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 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 Christopher M. Nuccio at 504-862-2704 or Christopher.M.Nuccio@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/W912P8-11-R-0025/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
SN02365866-W 20110127/110125234241-7d97c1b935ca26f16cb7fe39fb7f0280 (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.