Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOURCES SOUGHT

93 -- Turf Reinforcement Mat (TRM) for erosion protection within the Hurricane Storm Damage Risk Reduction System (HSDRRS)

Notice Date
9/16/2011
 
Notice Type
Sources Sought
 
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-SS-0009
 
Response Due
9/22/2011
 
Archive Date
11/21/2011
 
Point of Contact
Michelle Lappen, 504-862-1612
 
E-Mail Address
USACE District, New Orleans
(michelle.y.lappen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for supplying synthetic turf reinforcement mat (TRM) for erosion protection within the Hurricane Storm Damage Risk Reduction System (HSDRRS) for the Greater New Orleans area. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding the type of procurement to be used to obtain services to supply TRM for improving Louisiana's Hurricane Protection System. The U.S. Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified companies. TRM specifications: High Performance Turf Reinforcement Mat - HPTRM High Performance Turf Reinforcement Mat (HPTRM) shall consist of nondegradable synthetic fibers, monofilaments, mesh and/or other elements, not greater than 3/4" thick, processed into a three dimensional matrix; shall be a woven polypropylene or polyester geogrid, both of which are specially designed for erosion resistance on levees with steep slopes (as steep as 1v on 3h) from wave overtopping with velocities of > 20 fps and shear stresses of > 10 lb/sf as verified by furnished model tests or actual field performance. The HPTRM shall support the growth of grass roots through the material. The HPTRM shall demonstrate high tensile strength of a minimum of 3000 lbs per foot in the machine direction. The HPTRM manufacturer shall furnish any existing tests such as plate load tests that indicate any additional load that their product adds to the wheel load bearing capacity on 90% (min) compacted clay. The HPTRM manufacturer shall furnish any existing tests or actual field performance that demonstrates that their product has a high resistance to hogs attempting to dig into and penetrate it. The HPTRM shall have an established proven anchoring system capable of resisting a pullout resistance of a min. of 200 lbs per anchor. The HPTRM manufacturer shall demonstrate that he has manufactured a minimum of 200,000 sy that was installed over a minimum period of 3 years and can manufacture a minimum of 300,000 sy per month within 3 months of award. The HPTRM manufacturer shall submit documentation demonstrating a minimum of 5 successful applications of their HPTRM (that meets the criteria of this sources sought) over a minimum 3 year period. After meeting all of the other requirements, the additional wheel load and hog penetration resistance may be the determining factors in the selection of the HPTRM material. The HPTRM shall meet the following requirements: Minimum Average Roll Values for HPTRM: Property/Test Method/Units/Property Requirement Thickness/ASTM D-6525/inches/.40 -.75 Mass per Unit Area/ASTM D-6566/Oz/sy/13 min. Tensile Strength/ASTM D-6818/lbs/ft/3,000 min. in MD Tensile Elongation/ASTM D-6818/percent/50 (max) UV Resistance/ASTM D-4355/percent/80 at 2500 hrs min. Statement of Compliance: The Contractor shall provide the Government a statement with the name of the HPTRM manufacturer, the Trademark product name, chemical compositions of filaments or yarns and other pertinent information to fully describe the HPTRM and the anchoring devices, and a statement attesting that their high performance turf reinforcement mat meets these requirements. The statement shall be signed by an official authorized to attest on behalf of the manufacturer and shall be accompanied by a mill certificate that verifies physical properties will be tested during manufacturing and lists the manufacturer's quality control testing. The documents shall include a statement confirming that all purchased resin to be used to produce reinforcement will be virgin resin. The mill certificate shall include the tensile strength tested in accordance with ASTM D 6818. The Contractor shall have an established quality control program to assure compliance with the requirements of this specification. All interested companies meeting stated criteria are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures and should include: 1) Firm name, address, telephone/fax numbers, CAGE code, DUNS number, and proof of an active CCR registry. 2) Identification of the company's size status (large business or small business). If small business, submit proper certification (socioeconomic status, such as 8a, HubZone, Woman Owned, Service Disabled Veteran Owned). NAICS Code 237999 business size standard is not to exceed 500 each. 3) Past experience with levee and turf manufacturing work. IMPORTANT: Responses must be limited to no more than 10 pages and received by the response time. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Michelle.Y.Lappen@usace.army.mil and Brooke.Pickney@usace.army.mil or faxed to 504-862-2889, Attn: Michelle Lappen or Brooke Pickney. Responses must be received no later than 10:00 A.M. Central Time Zone, September 22, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-11-SS-0009/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
SN02581009-W 20110918/110917000851-a3ba1c8ce29149ccd366c047724a1e84 (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.