Inactive
Notice ID:W912P8-19-SS-0005
W912P8-19-SS-0005 THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THE U.S. ARMY ENGINEER DISTRICT, NEW ORLEANS, IS SEEKING SMALL BUSINESS SOURCES FOR Southeast Louisiana, Algiers Sub-basin Urban Drainage Impr...
W912P8-19-SS-0005 THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THE U.S. ARMY ENGINEER DISTRICT, NEW ORLEANS, IS SEEKING SMALL BUSINESS SOURCES FOR Southeast Louisiana, Algiers Sub-basin Urban Drainage Improvements, U.S. ARMY CORPS OF ENGINEERS 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 W912P8-19-SS-0005. The NAICS codes for this proposed acquisition is 237990. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding the type of procurement to be utilized for the Southeast Louisiana, Algiers Sub-basin Urban Drainage Improvements. The estimated value of this work is between $25,000,000 and $100,000,000. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified companies. Work under this future requirement will consist of the construction of approximately 4,100 linear feet (lf) of pile found concrete U-flume in an active drainage canal from Wall Boulevard to Behrman Place along General De Gaulle Avenue, in Algiers Louisiana within a specified construction duration. This contract will be broken into a base contract and four options. The base contract will be for 1,110 lf (Behrman Place to Westbend Parkway/Garden Oaks Drive, Option 1 will be 800 lf (Westbend Parkway/Garden Oaks Drive to Sandra Drive), Option 2 will be 1,500 lf (Sandra Drive to Illinois Street/Sandra Drive), Option 3 will be 500 lf (Illinois Street/Sandra Drive to Wall Boulevard), Option 4 will be 200 lf (Wall Boulevard to Wall Boulevard). The base contract and Options 1 thru 3 will consist of widening the canal bottom with a 40-foot by 5-foot pile founded concrete U-flume and Option 4 will consist of widening the canal bottom width with a 50-foot by 5-foot pile founded concrete U-flume. Features of work will consist of site unwatering, bypass pumping, and ground water monitoring, vibrations monitoring, driving and extraction of sheet piles, driving foundation piles, traffic control planning, installation, and maintenance, temporary earth restraining system design and construction, constant weather conditions monitoring and temporary dam removal as needed, forming and placement of reinforced concrete U-flume structures, removal and installation of drainage lines (15-inch to 78-inch in diameter), manhole construction, maintenance and diversion of storm water, 16-inch and 20-inc ductile iron waterline relocations and tie-ins, installation of pile supports for water line crossings, clearing and grubbing, tree removal, tree protection, canal excavation and backfill, removal of existing structures and obstructions, protection of multiple underground utilities, coordinate Entergy transmission power outages and relocation utility overheads, temporarily relocate guywires, geotechnical monitoring, compression pile load tests, fertilizing, seeding/sodding, and mulching. The work is to be performed in an urban area, adjacent to a well traversed highway which is a hurricane evacuation route. The work area is abutted on either side by multiple lanes of traffic with residential and commercial structures adjacent to the highway. The estimated value of this work is between $25,000,000 and $100,000,000. All interested companies meeting our stated criteria are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures and should include: 1) Firm name, address, telephone and fax numbers. 2) Identification of the company's size certification based on NAICS code 237990. 3) Past experience with heavy construction. IMPORTANT: 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 bridget.m.bonnecarrere@usace.army.mil. Responses must be received no later than 10:00 am CST on Friday, 5 April 2019. NOTE: Contractors must be registered in SAM (System for Award Management) to be eligible for contract award or payment from any DOD activity. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award.