Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2011 FBO #3352
SOLICITATION NOTICE

Y -- SELA - 24a, Southeast Louisiana Urban Flood Control Project, South Claiborne Avenue Covered Canal, Phase 1, Monticello Avenue to Leonidas Street, Orleans Parish, LA.

Notice Date
1/26/2011
 
Notice Type
Presolicitation
 
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
W912P811R0023
 
Response Due
3/14/2011
 
Archive Date
5/13/2011
 
Point of Contact
Jane Kulick, 504-862-2890
 
E-Mail Address
USACE District, New Orleans
(jane.b.kulick@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SELA - 24a, Southeast Louisiana Urban Flood Control Project, South Claiborne Avenue Covered Canal, Phase 1, Monticello Avenue to Leonidas Street, Orleans Parish, LA. The work consists of construction of a pile founded concrete box culvert, clearing and grubbing, excavation, construction dewatering, driving sheet piling, driving timber piling, utility relocations, maintenance and diversion of storm water, box culvert construction, asphalt road work, fertilizing and seeding, backfilling, and other incidental work as specified in the specifications and as indicated on the drawings. The estimated value of this work is more than $10 million. The contract will be a firm fixed price contract. The solicitation will issue on or about 10 February 2011 and proposals will be due on or about 14 March 2011. This is an UNRESTRICTED procurement. NAICS Code is 237990 and the size standard is $33.5 million. The SELA - 24a, Southeast Louisiana Urban Flood Control Project, South Claiborne Avenue Covered Canal, Phase 1, Monticello Avenue to Leonidas Street, Orleans Parish, LA.solicitation will be issued as a Request for Proposal (RFP). Proposals received in response to this RFP will be evaluated in accordance with the procedures outlined in Federal Acquisition Regulation (FAR) Part 15 for Best Value. Selection will be based on the following criteria. Factors 1 and 2 are approximately equal in importance and are significantly more important when compared to Factor 3. Factor 4 is significantly less important than Factors, 1, 2 and 3 when combined. Factor 5 is significantly less important than Factors 1, 2, 3 and 4 when combined. The non-cost evaluation factors are: 1. Past Performance Risk; 2. Technical Approach and Key Personnel; 3. Project Management Plan; and 4. Small Business Participation Plan. These evaluation factors are subject to change and any changes to the evaluation factors will be shown in the solicitation. The solicitation will include a detailed list of evaluation factors, including any sub-factors or elements, and will provide instructions for proposal requirements and the basis for award. The Government will not provide written copies of the solicitation. Telephone, written, facsimile, or e-mail requests for the solicitation will not be honored. Offerors MUST register on FedBizOps (FBO) at: https://www.fbo.gov/ in order to receive the solicitation and notification(s) and/or changes to the solicitation. The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FBO website cited above. Potential contractors who would like their company name included on the IVL may do so on the FBO website by clicking on the solicitation title, clicking on the button that says "Register as an Interested Vendor", and entering your business information. Potential offerors are responsible for monitoring the web site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Offerors will need the Adobe Acrobat Reader for.pdf file (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 (SBA) Subnet at: http://web.sba.gov/subnet. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Department of Defense contract award. Offerors may request a CCR application via phone at 1-888-227-2424 or may register on line at: http://www.ccr.gov. For Online Representations and Certification Application (ORCA), offerors may go online at: http://www.bpn.gov/orca. The point of contact for this solicitation is Jane Kulick, Contract Specialist, at 504-862-2890 or Jane.B.Kulick@usace.army.mil. NOTE: Information in this synopsis is subject to change and any changes to the synopsis will be contained in the Request for Proposal or will be changed by issuance of an amendment to the RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P811R0023/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
SN02366871-W 20110128/110126234007-662ac999e884da92a2140f209aeded65 (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.