Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOURCES SOUGHT

Y -- Supply and Installation of Reinforced Vegetated Systems/Turf Reinforcement Mats and for the Concrete Block Systems in Jefferson, St. Charles, Orleans and St. Bernard Parishes, LA

Notice Date
2/27/2009
 
Notice Type
Sources Sought
 
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-SS-0007
 
Response Due
4/1/2009
 
Archive Date
5/31/2009
 
Point of Contact
Carrie Wakumoto, (504)862-1975<br />
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. INFORMATION RECEIVED IN RESPONSE TO THIS REQUEST WILL BE CONSIDERED PROCUREMENT SENSITIVE AND WILL NOT BE RELEASED TO ANY OTHER PARTY, FOR ANY PURPOSE OTHER THAN TO DEVELOP MARKET INFORMATION FOR INTERNAL USE BY THE U.S. ARMY CORPS OF ENGINEERS. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The NAICS code for this proposed acquisition are 238990 for the supply and installation of reinforced vegetated systems/turf reinforcement mats AND 237990 for the concrete block systems. The Product Service Code are N099 for the supply and installation of reinforced vegetated systems/turf reinforcement mats AND Y299 for the concrete block systems. The control number for this notice is W912P8-09-SS-0007. The Government will use responses to this Sources Sought notice to make appropriate acquisition decisions regarding the possible procurement of armoring/erosion control products and installation for improving Louisianas Hurricane Storm Damage Risk Reduction System (HSDRRS). The U.S. Army Corps of Engineers, Hurricane Protection Office solicits a Capability Statement from all interested parties. All projects are located in the Southern Louisiana parishes of Jefferson, St. Charles, Orleans and St. Bernard. It is anticipated that several types of materials will be used to armor the levees, including but not limited to: reinforced vegetated systems, geosynthetics, turf reinforcement mats and articulated concrete blocks. The Government is seeking industry feedback on innovative solutions to supply and install armor on the protected side of levees protecting against erosion. The current estimated placement of materials is as follows: Installation of reinforced vegetated systems/turf reinforcement mats: approximately 24 million square feet over 50 non-continuous miles. Sections have an average length of 14,000 feet and will include transition points e.g., roads, train tracks as well as utilities and other obstructions. The estimated magnitude of the project is $90M contemplated for firm fixed-price multiple awards. If an Indefinite Delivery, Indefinite Quantity vehicle is contemplated, task orders are anticipated at approximately $10M to $20M per task order. Reinforced vegetated systems / turf reinforced mats must capable of withstanding a minimum flow of 10 feet per second, with higher standards up to 17 feet per second incorporated within some areas. Systems must be permanent, have UV protection of 90% at 6,000 hours, and withstand light vehicle traffic and periodic mowing. Installation of articulated concrete block systems: approximately 18 million square feet over approximately 35 non-continuous miles. Sections have an average length of 12,000 feet and will include transition points e.g., roads, train tracks, etc, as well as utilities and other obstructions. The estimated magnitude of the project is $260M contemplated for firm fixed-price multiple awards. If an Indefinite Delivery, Indefinite Quantity vehicle is contemplated, task orders are anticipated at approximately $10M to $50M per task order. Articulated concrete blocks must meet a minimum flow of 15 feet per second with higher standards incorporated within some areas. The estimated duration of installation is July 2010 with completion in Fall/Winter 2011. All interested parties are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures providing responses addressing the following: (1) Firm name, address, e-mail, telephone and fax number. (2) If submitting as a small business, provide identification of the company as a Small Business with proper certification; 8(a), Hub Zone, Service Disabled Veteran or Woman-Owned. (3) Address your capability to secure bonding for the projects described above in the range of: $25 million to $300 million. (4) Past Experience: Experience installing erosion control products and specify the type of product(s) used. Provide examples of projects completed including installation rates, schedules and project size, ramp up / mobilization time, equipment required, work site preparation required and list of references. (5) Local Market Knowledge: Describe your experience with armoring/erosion control projects in the New Orleans area or within a 500 mile radius. Describe your knowledge of and experience with material markets, subcontractors and the general labor market. (6) Innovative Techniques, Methods, and Materials: Describe any proposed innovative techniques, methods, and/or materials (not described herein) for armoring the protected side of the levees against erosion. (7) Management Plan: Provide a brief plan of how you would accomplish the installation of the quantity of products in the time frame allowed. In the plan, address the following: (a) Material supply; (b) Supply strategy; (c) Weather impacts; (d) Access issues; (e) Crew availability and required skill levels; (f) Production rate (e.g., square foot installed per daydefine the hours in a typical work day and composition of your work crew; (g) Project assumptions and issues that impact pricing; (h) Estimated cost ranges per installed square foot. (8) List of existing teaming agreements in place with other businesses that would be needed to complete the effort. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings but participation will assist the Corps in making appropriate procurement decisions. THIS NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY and is not 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. Responses shall not exceed 10 pages, on 8-1/2 by 11 pages, single-sided. Electronic submissions of packages will be accepted and must be provided on a CD (Do not email responses). The responses to this SOURCES SOUGHT NOTICE may be mailed or courier-delivered to U.S. Army, Corps of Engineers, Hurricane Protection Office, Attn: Acquisition Management (Ms. Carrie Wakumoto), 7400 Leake Avenue, Room 184, New Orleans, LA 70118. Responses must be received no later than 2:00 PM Central Time Zone, April 1, 2009. Statements that are not submitted within the allotted time may not be considered. NOTE: Contractors must be registered with the Central Contractor Registration to be eligible for contract award or payment from any DOD activity. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr.gov. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d453bdbe41b7e56ca15252f71192218&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Hurricane Protection Office ATTN: CEMVK-CT, 7400 Leake Avenue, Room 184 New Orleans LA<br />
Zip Code: 70118-3651<br />
 
Record
SN01758880-W 20090301/090227220423-7d453bdbe41b7e56ca15252f71192218 (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.