Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

Y -- SDVOSB MATOC for Operation Watershed-Recovery, Mississippi River Levee Projecs, Southeast Louisiana Urban Flood Control Projects

Notice Date
6/5/2013
 
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
W912P8-13-R-0027
 
Response Due
7/29/2013
 
Archive Date
8/4/2013
 
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
Service-Disabled Veteran-Owned Small Business
 
Description
NAICS Code: 237990, FSC: Y1PZ. NOTE: This is a synopsis not a solicitation. Plans and specifications are not available at this time. Therefore, no questions of a technical or contractual nature will be accepted until the solicitation is issued. Information contained in this synopsis is subject to change. Any changes made will be contained in the solicitation or by amendment. The U.S. Army, Corps of Engineers, New Orleans District, is soliciting proposals for the Operation Watershed-Recovery, Mississippi River Levees Projects, and Southeast Louisiana Urban Flood Control Projects. This procurement will be a Service-Disabled, Veteran-Owned Small Business Set-Aside, Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) with a five-year period of performance. Multiple contracts may be awarded. The ceiling amount of this MATOC pool is $50,000,000.00. Individual task orders issued under this MATOC are expected to be in the range of $500,000.00 - $15,000,000.00. Each individual task order will be competed amongst all awardees. Task Orders may include construction civil work projects in Southern Louisiana, that are expected to include, but are not limited to, heavy construction work for levees, floodwalls, pump stations construction or enlargement, roads, floodwalls, culverts & U-frame canal work, concrete bridge work, earthen channel enlargement & concrete lining, concrete or stone armoring, foreshore protection, etc. 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 Trade Off. Selection will be based on the following criteria, which are listed in descending order of importance with technical factors when combined, being more important than price. Past Performance (Factor 1) is significantly more important when compared to: Affiliations (Factor 2), Key Personnel and Project Management Plan (Factor 3), and Financial Capability (Factor 4), which are approximately equal in importance. 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. Any changes to evaluation factors will be issued by amendment. A Request for Proposals will be issued on or about 28 June 2013. Estimated receipt of proposals will be 29 July 2013. Actual dates will be shown when the solicitation is issued. Once issued, the solicitation may be found 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 Administration's Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Chris Nuccio, who may be contacted by phone at 504-862-2704; or by e-mail at christopher.m.nuccio@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-13-R-0027/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
SN03081297-W 20130607/130606002452-fc4a5cfa948daa7ef7743190479f25eb (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.