Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2011 FBO #3569
SOURCES SOUGHT

Y -- Levee armoring within the Hurricane Storm Damage Risk Reduction System (HSDRRS) in the Greater New Orleans Area

Notice Date
8/31/2011
 
Notice Type
Sources Sought
 
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
W912P8-11-SS-0008
 
Response Due
9/7/2011
 
Archive Date
11/6/2011
 
Point of Contact
Michelle Lappen, 504-862-1612
 
E-Mail Address
USACE District, New Orleans
(michelle.y.lappen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for installing synthetic turf reinforcement mat (TRM) for erosion protection within the Hurricane Storm Damage Risk Reduction System (HSDRRS) for the Greater New Orleans area. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding the type of procurement to be used to obtain construction services for improving Louisiana's Hurricane Protection System. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified companies. All construction will be located in the Hurricane Storm Damage Risk Reduction System (HSDRRS) for the Greater New Orleans Metro area including both the east and west bank hurricane levees. Work shall consist of installing synthetic turf reinforcement mat (TRM) for erosion protection on the protected side of levee embankments within the HSDRRS for the Greater New Orleans area. Generally the construction sequence will be as follows: 1.Removal of existing turf on the crown and the protected side of the levee. Turf will vary in condition from newly established to mature well established turf. 2.Grade and compact the subgrade such that the surface to receive the TRM is uniform and smooth. Remove all rocks, clods, vegetation and other objects such that the TRM will be in direct contact with the subgrade surface. 3.Excavate an anchor trench at the upside slope of the levee embankment. Anchor trench details will be provided in the contract documents. Backfill and compact the anchor trench securing the TRM. 4.Install the TRM perpendicular to the slope, securing in the anchor trench, insuring trm is in direct contact with the subsurface, and overlapping in accordance with the contract documents. 5.Anchor the TRM to the subgrade using anchor devices in accordance with the contract documents. 6.Excavate an anchor trench at the downside of the slope on the levee berm. Anchor trench details will be provided in the contract drawings. Backfill and compact the anchor trench securing the TRM. 7.Place soil cover over the TRM in accordance with the contract documents. A minimum of 2-inches and a maximum of 3-inches of soil cover will be required as cover for the TRM. Compact the soil cover and find grade to ensure a smooth surface. 8.Provide soil amendments as necessary to establish turf, seed and mulch in accordance with the turf establishment plan in the contract documents. 9.As an alternate to placing soil and establishing turf, the contractor may be required to place a min. 2-inch thick sod mat over the TRM. If the sodding alternative is selected, the contractor will be responsible for maintaining the sod in growing condition until the sod is established. All interested companies meeting stated criteria are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures and should include: 1) Firm name, address, telephone/fax numbers, CAGE code, DUNS number, and proof of an active CCR registry. 2) Identification of the company's size status (large business or small business). If small business, submit proper certification (socioeconomic status, such as 8a, HubZone, Woman Owned, Service Disabled Veteran Owned). NAICS Code 237990 business size standard is not to exceed $33,500,000 each. 3) Past experience with heavy levee and turf construction work. 4) Letter from bonding agency indicating your performance and payment bond capacity. IMPORTANT: At this point, the Government is unsure of the number of task orders anticipated to be issued for this project. Responses must be limited to no more than 10 pages. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Michelle.Y.Lappen@usace.army.mil and Brooke.Pickney@usace.army.mil or faxed to 504-862-2889, Attn: Michelle Lappen or Brooke Pickney. Responses must be received no later than 11:00 A.M. Central Time Zone, September 7, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-11-SS-0008/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
SN02558295-W 20110902/110901000932-fc37552da356e28e7830275717172a7e (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.