Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
MODIFICATION

Y -- Permanent Canal Closures and Pumps (PCCP) along the 17th Street, Orleans Avenue, and London Avenue Outfall Canals at or near Lake Pontchartrain, Orleans and Jefferson Parishes, Louisiana

Notice Date
4/23/2010
 
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
W912P8-09-R-0013
 
Response Due
5/3/2010
 
Archive Date
7/2/2010
 
Point of Contact
Melissa Koehn, 504-862-2134
 
E-Mail Address
USACE District, New Orleans
(melissa.k.koehn@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SEE UPDATE AT THE BOTTOM ON THE SYNOPSIS The Government seeks, through the solicitation and award of a Firm Fixed Price (FFP) Design Build Contract, a long-term remedy for the Hurricane Storm Damage Risk Reduction System (HSDRRS) in the New Orleans area. The purpose of the project is to provide storm surge risk reduction for the areas near the 17th Street, Orleans Avenue, and London Avenue Canals from the Lake Pontchartrain storm surge, while not impeding the ability of the areas internal drainage system to function. This includes design and construction of independent permanent gated storm surge barriers and pump stations at the discharge end of each canal. The project design criteria for the pumping capacities of the three canals are: 17th Street, 12,500 cubic feet per second (cfs); Orleans Avenue, 2,700 cfs and London Avenue, 9,000 cfs. This work is authorized under Public Law 109-234. The existing Interim Closure Structures shall remain operational during the construction phase of the new pump stations. The most technically effective means of accomplishing the dual purpose of storm surge risk reduction and simultaneous evacuation of storm water should be given highest consideration by offerors. The contract will require a performance bond and payment bond for the design and construction effort, but the pumps, pump drivers, and generators may not necessarily be included in the bonding requirements. The equipment may be procured under separate supply line items in the design-build contract. Offerors may choose to take advantage of this arrangement by omitting the equipment from their bonds, but are not obligated to do so. This solicitation is being issued on an unrestricted basis; the North American Industry Classification System (NAICS) Code applicable is 237990 and the Size Standard for Small Business is $33.5 M. An acceptable Small Business Subcontracting Plan will be required for award. It is anticipated that the RFP - Phase I (Request for Proposal RFP I) will be issued on or before 03 May 2010, with the issuance of a Draft RFP Phase II to the short-listed firms in the 2nd Quarter of CY2010. The estimated range of construction is over $500 million. However, this Design-Build project will have a build to budget amount. The Government's intent is to maximize the best value obtainable for that ceiling amount. In selecting the winning offer in Phase II, technical non-cost factors when combined are significantly more important than cost/price. However, the contract award for design and construction shall not exceed the ceiling amount. The selection process will be structured such that offers that optimize technical/management solutions within the contract budget amount will be viewed more favorably than offers that attempt to trade off performance in favor of lower prices. APPROACH and SELECTION: Confident that the Design Build delivery approach will save time, and generate holistic, innovative solutions to the problem, the Government intends to procure Design - Build services by means of the Corps of Engineers, Two Phase Design-Build Selection Procedure (FAR Part 36.3). In Phase I, the Government will issue a Request for Proposal Phase I and from those respondents, select, based on Past Performance and Technical Approach a short list of three (3) to five (5) firms. After selection of the short-listed firms, and prior to issuance of the RFP - Phase II, the Government may engage in exchanges of information with the short-listed firms in accordance with the Federal Acquisition Regulation (FAR). For example, the Government will issue a draft RFP to the short-listed firms and request their feedback. In these exchanges, technical engineering and environmental data may be made available and discussed. It is anticipated that attendees to these exchanges may include some local stakeholders and environmental regulators. The Government will then issue RFP - Phase II and from that, select a single technical approach based on the Best Value Continuum Selection Method using the Tradeoff process. To encourage innovative solutions to the stated problem, the Government will not prescribe a design but rather provide key technical data to the short-listed firms, along with design criteria. The task of selecting the best technical approach and optimizing that approach is left to the offerors. It remains the responsibility of the offeror to collect any additional data they determine necessary to develop their technical approach. 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 for both phases of the RFP. The evaluation criteria for Phase I, consists of three (3) Technical (non-cost) factors. The Technical (non-cost) factors are: (1) Experience; (2) Past Performance; and (3) Technical Approach. The factors are listed above are all approximately equal in importance. The evaluation criteria for Phase II, consists of three (3) Technical (non-cost) factors and a Price Factor. The Technical (non-cost) factors are: (1) Technical Approach; (2) Management Capability; and (3) Socio Economic Utilization. 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 Firm Fixed-Price contract. Extent of participation of small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), veteran-owned small businesses (VOSB), service-disabled veteran-owned small businesses (SD VOSB), 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 places with WOSBs; (4) at least 9.8% for HUBZone SB; (5) 3.5 for VOSB; and (6) at least 2.0% for SD VOSB. SHARING OF KEY TECHNICAL DATA: The Government intends to provide a stipend in the amount of $500,000 to the Phase II unsuccessful offerors. Offerors must make it to Phase II in order to be considered for stipend. PRE PROPOSAL CONFERENECE The Government will hold a preproposal conference on 3 May 2010, 8:30 a.m. Central Time, Airport Hilton (901 Airline Drive) Kenner, LA, 70062. Sign in to begin at 8:00 am. with the conference beginning at 8:30 am. It is encouraged that all prospective Offerors attend. No recording devices of any kind will be allowed during the conference. During this conference, the Government will discuss the concepts involved in the proposed project and the scope of work, specifications, terms, and conditions of this solicitation. Solicitation hardcopies will not be furnished. Any written questions regarding this solicitation will be accepted prior to the conference, in order to facilitate the conference process. Written questions must be received no later than three (3) days prior to the pre-proposal conference. The submission of written questions will not preclude anyone from posing questions during the conference. The Government will construe non-participation and/or non-submission of questions to mean that the prospective Offeror(s) fully understand the requirements of the solicitation. The Government intends to issue an amendment to the solicitation to address the questions and responses pertaining specifically to the solicitation on the FedBizOpps site (www.fbo.gov) within a reasonable timeframe following the conference. The solicitation will remain unchanged unless the solicitation is amended and issued in writing. Those planning to attend the preproposal conference shall forward the name(s) of all individual(s) attending, Offerors Name, address, e-mail address, telephone number, and fax number to Mr. Steve Norton (Contractor, Evans-Graves Engineering, Inc) via e-mail at Steven.L.Norton@usace.army.mil or at (504)862-2149. This information must be received no later than 29 April 2010, 3:00 p.m. Central Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-09-R-0013/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
SN02131319-W 20100425/100424000015-c72a15319553e5d7bcc21493cf05b996 (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.