MODIFICATION
Y -- MVN - Southeast Louisiana Urban Flood Control Project (SELA 20), Florida Avenue Phase II and III - Plans - Solicitation 1
- Notice Date
- 5/22/2014
- 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
- W912P8-12-R-0027
- Response Due
- 6/24/2014 11:00:00 AM
- Archive Date
- 10/31/2014
- Point of Contact
- Rachel W. Spears, Phone: 5048621561
- E-Mail Address
-
rachel.w.spears@usace.army.mil
(rachel.w.spears@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W912P8-12-R-0027 Solicitation W912P8-12-R-0027 Plans Set 2 W912P8-12-R-0027 Plans Set 1 UNRESTRICTED PROCUREMENT: This solicitation is anticipated to issue as a Request for Proposal (RFP) resulting in the award of a single firm fixed price (FFP) contract. The Request for Proposal is anticipated to issue on or about 29 April 2014 and the Proposal Due Date is anticipated to be on or about 29 May 2014. The estimated value of this work is between $100,000,000 and $250,000,000. Proposals received in response to this solicitation shall be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 Best Value. NAICS CODE: 237990. The work consists of the construction of approximately 4,500 linear feet of pile founded flume and covered canal along the Florida Avenue Canal and 950 lf, 600 lf of jet grout founded covered canal on Desire and Montegut Streets respectively, including associated drainage work and utility relocations (water, sewer, electrical) as required for construction of a covered canal. Work consists of construction of reinforced concrete flume and box culvert, including timber, concrete and H-pile installation, foundation jet grouting, sheetpile installation and temporary retaining structure construction, clearing and grubbing, excavation and backfill, construction dewatering and unwatering, utility relocations, erosion control, maintenance and diversion of storm water, reinforced concrete placement, drainage lines and structures, sewer lines, water lines and structures, electrical feeders, roadway restoration, sidewalks, driveways, curbs and gutters, sodding and seeding and mulching, traffic signal system, street lighting and other incidental work. Selection will be based on the following criteria, with non-cost factors being more important than price. The Technical Non-Cost Factors are: (1) Past Performance (2) Technical Approach (3) Key Personnel and Project Management Plan and (4) Small Business Participation Plan; Cost Factor (5) Price. 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. Factors 1, 2, 3 and 4, when combined are significantly more important than Factor 5, Cost or Price. Factor 5, which is Price, may become more significant in contributing to the source selection decision if competing proposals offer approximately equal Past Performance and Technical Approaches and due consideration is given to Key Personnel and Project Management Plan and Small Business Participation Plan. These evaluation factors are subject to change. Any changes to the evaluation factors will be shown in the solicitation. The solicitation shall include a detailed list of evaluation factors, including any subfactors or elements, and shall provide instructions for proposal requirements and the basis for award. The solicitation documents for this procurement will be posted on Army Single Face to Industry (ASFI). You can access these files from a link located on FedBizOps (www.fbo.gov). You will need Adobe 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 Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM) to receive a Government contract award. You may register online at http://www.sam.gov. The Contract Specialist for this solicitation is Rachel Spears who may be reached via e-mail at Rachel.W.Spears@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-12-R-0027/listing.html)
- Place of Performance
- Address: New Orleans, Louisiana, United States
- Record
- SN03373909-W 20140524/140522235021-69083cb07b7397aed4e630078c0c1c34 (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 |