Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2006 FBO #1794
SOLICITATION NOTICE

96 -- Earthen clay material to be delivered to Orleans, St. Bernard, and Plaquemines Parishes in Southeast Louisiana in support of levee restoration work.

Notice Date
10/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-07-R-0012
 
Response Due
12/6/2006
 
Archive Date
2/4/2007
 
Small Business Set-Aside
N/A
 
Description
UNRESTRICTED - The U. S. Army Corp of Engineers District, New Orleans, has a requirement for supply of clay material in support of levee restoration work in Orleans, St. Bernard and Plaquemines Parishes of Southeast Louisiana. The Corps intends to a ward multiple indefinite delivery, indefinite quantity task order contracts with one option year as a result of this solicitation for the Hurricane Protection Office. The successful contractors will be required to deliver clay materials directly to projec t locations where restoration work is being performed. The term of the contract will be one (1) year with a one year option period and will require delivery of clean, naturally occurring clay material, at no more than the specified maximum moisture content . Soil that is classified in accordance with ASTM D2487 and the Unified Soil Classification System as CH and CL are suitable. Soil with other than very minor amounts of sands, gravels and/or silts should not be submitted. Soil must be free from masses o f organic matter, sticks, branches, roots, and other debris, including hazardous and regulated solid wastes. Clay materials with Plasticity Indexes (PIs) of less than 7 shall not be allowed. Clay materials must be delivered with moisture content within t he following limits: Moisture Content (In percent dry weight) Type of Material Maximum Minimum CL 28 18 CH 35 20 All clay material must meet all specified requirements. Engineering data and environmental information required for preparation of an environmental compliance document must be provided in the offerors proposal that includes, as a minimum, the following: 1) Soil boring logs and report(s); boring locations in the borrow area, laboratory soil classification test results and moisture content test results; 2) Cultural resources investigation report for source of material; 3) Certified agronomist test results a nd 4) wetland delineation and/or section 404 permit information (additional clarifying specific requirements will be included in the solicitation). The estimated maximum dollar value of this contract is $90,000,000.00. The guaranteed minimum which will b e ordered under this contract by delivery/task orders will be $20,000 for the base year and $10,000 for the option year. This is a Best Value procurement process. The following procurement evaluation criteria shall be utilized and listed in order of im portance: 1) Non-Cost factors (technically acceptable) and 2) Cost Factor (price). Contract awards will be based upon the following selection criteria: 1) Non-Cost Factors: a) Quality of Earthen Clay Materials Offered; b) Availability, Timeliness and D elivery Capability and c) Past Performance and 2) Cost factor (price) as the final determining factor. Solicitation W912P8-07-R-0012 will be issued on 7 November 2006 as a request for proposal. The applicable NAICS code is 423320. The procurement is unres tricted. There will be no paper copies available. Interested parties may obtain a copy of the solicitation by downloading it from the Army Single Face to Industry (ASFI) . You can access these files from a link located on FedBizOps (www.fbo.gov). You w ill need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You will be required to register as a planholder to show that you have downloaded the package. This will allow us to notify in terested parties in the event an amendment is issued. This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to pos t notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet ad dress is: http://www.ccr.gov. Effective 01/01/05, all contractors who submit an offer/bid are required to register in the online representations and certifications application (ORCA). See FAR Clauses 52.204-7 and 52.204-8 at http://farsite.hill.af.mil fo r requirement information. The website for ORCA is http://orca.bpn.gov. The Contract Specialist for this solicitation is Brenda Welty at 504-862-2872; or by e-mail at Brenda.d.welty@mvn02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01169531-W 20061025/061023230345 (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.