Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2009 FBO #2628
SOLICITATION NOTICE

Y -- Levee Improvements to the Chalmette Loop Levee, Bayou Bienvenue to Bayou Dupre, Reach LPV 145, St. Bernard Parish, LA

Notice Date
2/3/2009
 
Notice Type
Presolicitation
 
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-0030
 
Response Due
3/20/2009
 
Archive Date
5/19/2009
 
Point of Contact
Adam Jones, 504-862-1839<br />
 
Small Business Set-Aside
N/A
 
Description
Synopsis for Chalmette Loop Levee, Reach LPV 145 (Preconstruction Services and Construction Options) The NAICS code for this requirement is 237990. This is an UNRESTRICTED procurement. The estimated magnitude of construction cost is between $250,000,000 and $500,000,000. The U.S. Army Corps of Engineers (USACE), Hurricane Protection Office intends to issue a solicitation for preconstruction services and construction option(s) for Levee Improvements to the Chalmette Loop Levee, Reach LPV 145 in St. Bernard Parish, LA. The solicitation will be a Request for Proposal for a Firm Fixed-Price Base with a Fixed Price Incentive option requirement in accordance with FAR SubPart 16.403 utilizing Early Contractor Involvement (ECI) also known as Construction Manager at Risk. The project is critical to the Hurricane Storm Damage Risk Reduction System (HSDRRS) and must be completed by June 1, 2011. The levee system is an essential component of the New Orleans HSDRRS in St. Bernard Parish. LPV 145 is a levee segment located between Bayou Bienvenue and LPV 144 (Bayou Dupre), from station 370+00 to 703+98, approximately 34,000 LF. This portion of the loop levee is only accessible by boat. The existing levee elevation is approximately 20.0, and was constructed as part of Task Force Guardian. The project will construct a new T-wall to elevation varying from 31.5 to 29.0. The new walls will tie in to the Inner Harbor Navigation Canal Lake Borgne Barrier on the west at approximate station 405+00, and to the LPV 144 (Bayou Dupre) sector gate structure on the east at approximate station 703+98.The reach includes six gas pipelines that will require relocation. Evaluation will be based on the Tradeoff Process (Best Value Continuum) in accordance with FAR SubPart 15.101-1 and Source Selection SubPart 15.3. The evaluation criteria consists of four (4) Technical (non-cost) factors, each of which has additional sub-factors for evaluation and Price. The Technical (non-cost) factors, listed in descending order of importance, are: (1) Technical Experience; (2) Past Performance; (3) Preconstruction Services Plan; and (4) Construction Approach. Technical (non-cost) factors when combined are significantly more important than Price. The basis of award will be made to the Offeror who provides the best value to the Government. The resulting award will be a contract that includes a Firm Fixed-Price Base portion for the preconstruction services and Fixed Price Incentive Option for the construction phase. Extent of participation of small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and minority institutions on the proposed contract are measured as a percentage of the total planned subcontracting dollars. The selected firm, if a large business firm, must comply with FAR Subpart 52.219-9 regarding the requirement for submitting and negotiating a subcontracting plan. The subcontracting goals for this District are: (1) at least 70.00% of the subcontract amount be placed with SBs, which include SDBs and WOSBs; (2) at least 6.2% of the subcontract amount be placed with SDBs; (3) at least 7.0% of the subcontract amount be placed with WOSBs; (4) at least 9.8% for HUBzone SB; (5) 3.0% for VOSB; and (6) at least 0.9% for SDVO SB. Solicitation is anticipated to be issued on or about February 18, 2009. Point of contact for this notice is Mr. Adam Jones at (504)862-1839 or e-mail: adam.jones@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6e392755b35a6242c7fea85cf3e179a0&tab=core&_cview=1)
 
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
SN01742746-W 20090205/090203214958-6e392755b35a6242c7fea85cf3e179a0 (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.