Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2024 SAM #8089
SOURCES SOUGHT

99 -- The Southeast Louisiana, (SELA) Peoples Avenue Subbasin Plan - Orleans Parish Urban Flood Control Project SELA 26.1a Florida Ave. Phase IV, Orleans Parish, Louisiana

Notice Date
1/18/2024 11:25:34 AM
 
Notice Type
Sources Sought
 
Contracting Office
W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
 
ZIP Code
70118-3651
 
Solicitation Number
W912P8-24-SS-0007
 
Response Due
2/8/2024 10:00:00 AM
 
Archive Date
02/23/2024
 
Point of Contact
Nakiea Butler, Phone: 5048621772, Michelle Dalmado
 
E-Mail Address
nakiea.b.butler@usace.army.mil, michelle.dalmado@usace.army.mil
(nakiea.b.butler@usace.army.mil, michelle.dalmado@usace.army.mil)
 
Description
THIS NOTICE IS FOR SOURCES SOUGHT ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID.� SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE.� The tracking number for this announcement is W912P8-24-SS-0007.� The purpose of this sources sought notice is to obtain insight into the interest, capabilities, and qualifications of firms; as well as assist the Government in preparing market research and establishing an acquisition strategy in support of this effort. � The U.S. Army Corps of Engineers, New Orleans District seeks qualified Construction firms interested and capable of providing construction services for the Southeast Louisiana, (SELA) Peoples Avenue Subbasin Plan - Orleans Parish Urban Flood Control Project SELA 26.1a Florida Ave. Phase IV, Orleans Parish, Louisiana.� The work consists of construction of large bore utilities, concrete pipe, and steel pipe piles installation, sheet pile installation and temporary retaining structure construction, clearing and grubbing, excavation and backfill, utility relocations, sewer lines, water lines, electrical feeders, and other incidental work. The following information is requested in this Sources Sought (SS) announcement with a limit of twenty (20) pages for your response: Organization name, address, email address, website address, telephone number, and business size (e.g. large business, small business, 8(a), HUBZone, SDVOSB, WOSB, VOSB, other) and type of ownership for the organization; include DUNS number and CAGE code. Provide a description of your firm's interest in providing a proposal, please provide at least 2 recent relevant/comparable projects completed within the past 10 years (no more than 2 pages per project). The completed projects shall demonstrate your firm's capability to execute this type of construction effort and capability of coordinating with Railroad (RR) Companies, Department of Public Works, Department of Transportation, Entergy, and the New Orleans Sewerage and Water Board. It is recommended to include a brief description of the project and how it is comparable to the work required for this project, familiarity with Norfolk Southern Railroad (NSRR) and American Railway Engineering and Maintenance of Way Association (AREMA) design, construction, and maintenance requirements, customer name and contact information, timeliness of performance with respect to the contract schedule, customer satisfaction, contract type (e.g., Firm Fixed Price, Fixed Price Incentive, etc), delivery method (Design-Bid-Build, Design-Build, etc) and dollar value of each project. Identify if, based upon the scope of this project, you would form a joint venture to execute this work. Provide Joint Venture information, if applicable,� including DUNS number and CAGE code. Provide any examples your firm has with large diameter (>24�) jacking and boring of casings, jacking and boring within railroad rights of way or under public streets, Experience working within Railroad or state/local highway right of way where Temporary Retaining Structures (TRS ) were necessary or any examples of partnering with a contractor specializing in jack and bore work within RR ROW. Provide any examples of experience your firm has designing TRS with full supporting calculations, shop drawings, and phased construction details. Provide any examples of utilizing Crane within restricted vertical and horizontal clearances (i.e. under highway overpass, near large utilities, and railroads) Provide an example or show that you have the ability to conduct 24 hour operations for multiple days to complete a particular construction task. Provide your firm's Bonding Capability. Include any concerns associated with providing performance and payment bond for amount of $100M. Provide your firm's capabilities/availabilities in performing the required construction efforts, given the current market conditions. Identify any workload constraints regarding available personnel, equipment, and/or materials required to perform the planned construction efforts, given the current market conditions. Regarding materials, see the attached list of materials to be furnished by the Government (Attachment 1). Please explain any market pressures that may be apparent. Provide input on any concerns or risks your firm has, based on the information provided in this sources sought. The responses to this SOURCES SOUGHT notice must be emailed to Nakiea Butler, Nakiea.B.Butler@usace.army.mil no later than 12:00 P.M. CST on Thursday, February 8, 2024.� Please include W912P8-24-SS-0007 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad919b85c57647d8bde91d50f63e9afa/view)
 
Record
SN06939504-F 20240120/240118230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.