Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2008 FBO #2564
SOURCES SOUGHT

Y -- U.S. ARMY CORPS OF ENGINEERS, NEW ORLEANS DISTRICT, HURRICANE PROTECTION OFFICE (HPO, PERMANENT PROTECTION SYSTEM FOR THE OUTFALL CANALS PROJECT ON 17TH STREET, ORLEANS AVENUE AND LONDON AVENUE CANALS

Notice Date
12/1/2008
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New Orleans, US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P809R0013
 
Response Due
1/15/2009
 
Archive Date
3/16/2009
 
Point of Contact
Robert E Watts, 504 862-2147<br />
 
Small Business Set-Aside
N/A
 
Description
U. S. Army Corps of Engineers, New Orleans District, Hurricane Protection Office (HPO), Acquisition Division, Description: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. INFORMATION RECEIVED IN RESPONSE TO THIS REQUEST WILL BE CONSIDERED PROCUREMENT SENSITIVE AND WILL NOT BE RELEASED TO ANY OTHER PARTY, FOR ANY PURPOSE OTHER THAN TO DEVELOP MARKET INFORMATION FOR INTERNAL USE BY THE U.S. ARMY CORPS OF ENGINEERS. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. This Notice provides to the potential offerors a broad overview of this procurement. The Notice explains the overall problem the Government desires to remedy through this procurement, explains the Governments approach to the procurement, provides general information on the method of selection, and outlines how the Government plans to make key technical data available to the proposers. PROBLEM: The Government seeks, through the solicitation and award of a Design Build Contract, a remedy to enhance and protect Orleans and Jefferson Parish from storm surge-induced flooding through the 17th Street, Orleans Avenue, and London Avenue Canals. The end state of the project is to provide a comprehensive, integrated protection system, that prevents storm surge from entering the outfall canals that discharge storm water into Lake Ponchartrain. The pump stations and closure structures will be constructed at the downstream end of the canals. The pump stations would be designed to operate concurrently and in series with the existing pump stations serving the canals. The project design criteria for the pumping capacities of the three canals is: 17th Street - 10,500 cubic feet per second (cfs); Orleans Avenue - 2,690 cfs and London Avenue, 7,980 cfs. This Design Build project has a range of $500M $1B. The Government is only interested in obtaining the highest quality, design and management effort. 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 Performance Risk Support and Technical/Management Approach Support Qualifications a short list of three to five firms. In Phase II, the Government will issue a draft RFP Phase II to the short listed firms. The short listed firms will have 30 days to provide comments to the government. The government will then issue Phase II of the RFP. The Government will select a single technical approach based on the best value to the Government. To encourage innovative solutions to the stated problem, the Government will not prescribe a design but rather provide key technical data to the shortlisted firms, along with design criteria. The task of selecting the best technical approach and optimizing that approach is left to the offerors. The Government however, has no particular bias toward any particular technical approach studied by its contractors. It remains the responsibility of the offeror to collect any additional data they determine necessary to develop their technical approach. While the RFP evaluation criteria has not been fully developed, the following factors are currently under consideration: Performance Risk, Technical/Management Approach and Socio Economic. The NEPA Process is also an important element of the project. The contract type, whether lump sum, cost based, or fee based has not yet been determined. SHARING OF KEY TECHNICAL DATA: As was described above, the Government will select 3 to 5 firms based on qualification prior to collection of all project engineering data and completion of the design criteria. After selection of the shortlisted firms, and prior to issuance of the RFP Phase II, the Government may engage in exchanges of information with the shortlisted firms in accordance with the Federal Acquisition Regulation (FAR). 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. These exchanges may be considered when the Government is finalizing its engineering and environmental reports and the RFP. The Government intends to sponsor an Industry Day Forum at a later date to facilitate communication and information sharing with interested parties. Offerors with the ability to provide proof of bonding of at least $500,000,000.00 may request reserve seating for a maximum of two company personnel. Request for reserve seating should be received NLT 12 January 2009. RESPONSE: Please indicate interest as a potential offeror (prime or joint venture partner) to this planned procurement by responding to Mr. Robert Watts via letter at: U.S. Army Corps of Engineers, Acquisition Management Division, ATTN: Robert E. Watts, Room 184, 7400 Leake Ave., New Orleans LA 70118 or by e-mail at: robert.e.watts@usace.army.mil. The Government invites your comments and concerns to this planned procurement as described above. Additionally, the Government values and will consider all input received, however, there is no intent by the Government to respond directly to each comment.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9ef632ee41d9c1a2904782c882414c23&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, New Orleans 7400 LEAKE AVENUE, ROOM 184 New Orleans LA<br />
Zip Code: 70118<br />
 
Record
SN01711522-W 20081203/081201214456-9ef632ee41d9c1a2904782c882414c23 (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.