The RFP Database
New business relationships start here

East Baton Rouge Flood Control


Louisiana, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 NAICS code for this proposed acquisition is
237990.


The project number for this announcement is W912P819SS0001.


The Document Type: Sources Sought Notice


Posted Date: 11 December 2018


Response Date: 10 January 2019


Classification Code: Y -- Construction of structures and facilities


NAICS Code: 237990 -- Other Heavy and Civil Engineering Construction


Sources Sought for flood damage risk reduction and drainage improvement by modifying portions of the following watersheds in East Baton Rouge Parish, LA:


• Blackwater Bayou and its main tributary;
• Beaver Bayou;
• Jones Creek and tributaries;
• Ward Creek and tributaries; ,
• Bayou Fountain;
• McHugh Bayou;
• Cypress Bayou; and,
• Bayou Baton Rouge.


The work shall generally consist of clearing and snagging of vegetative and other debris within specified channels, removal, and disposal of such debris. The work shall also consist of channel enlargement and improvement, including earthen channel enlargement and bank grading, and bank stabilization, within specified channels. Channel enlargement and improvement may include concrete channel lining or other channel bank stabilization methods including the use of Articulated Concrete Block (ACB's) or installing synthetic high performance turf reinforcement mat (HPTRM) for erosion protection within the specified project area. Channel enlargement and bank grading will include disposal of excess earthen material and vegetative debris removed from the specified work area. Additional work may include development of retention/detention ponds adjacent to the project channels. This will include excavation and disposal of earthen material and vegetative debris.


The number of contracts is unknown at this time and will depend on industry response to this sources sought. Currently, the Government anticipates completing the work by individual watershed, as listed above. It is expected that multiple task orders for each watershed will be issued to complete the work.


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 completing the work within the area described above. Previous information indicates that there are numerous small businesses that can perform this work. This sources sought notice intends to validate that fact. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified companies. Construction is anticipated to take place primarily within East Baton Rouge Parish, but could include adjacent portions of Livingston and Ascension Parishes.


Generally the construction sequence will be as follows:


Clearing and Snagging


1. Channel clearing and snagging will consist of removal of vegetative and other debris within the existing channel limits, to include falling or leaning trees. Trees will vary in size and age. Density of vegetation will vary, as well. It is anticipated that if trees are cut along the channel bank, that the roots will remain. All debris will be removed and disposed as determined by the Government. Currently it is recommended that all debris removed during clearing and snagging operations be removed and hauled to the East Baton Rouge Parish solid waste facility. It is anticipated that the contactor will be provided with staging areas for the work, where debris may be temporarily stored prior to being transported to the East Baton Rouge Parish solid waste facility.


2. Other debris may include, but is not limited to, trash, appliances, lumber, shopping carts, tires, etc. Debris that is deemed hazardous, toxic, or radioactive waste (HTRW) will need to be properly disposed. This includes but is not limited to debris that toxic, flammable, reactive, carcinogenic, radioactive, explosive, biologically infectious, or corrosive.


Channel Enlargement and Improvement


3. Clear and remove all vegetative and other debris within the limits of work identified for channel enlargement and improvement and dispose of such debris as indicated in Item #1 Clearing and Snagging, above.


4. Clear and grub the channel banks, dispose of vegetation and excess soil, and excavate the channel to the lines and grades provided by the Government.


5. Prepare channel banks and to receive concrete paving, erect concrete forms, provide concrete reinforcement as specified, provide expansion joints, and tie-ins as specified.


6. As an alternative to concrete channel paving, Articulated Concrete Block (ACB) and High Performance Turf Reinforcement Mat (HPTRM) may be used for erosion protection along some or all of the channel enlargement and improvement sections of work.


7. Should concrete channel lining be specified for a particular area, the contractor will be required to place the concrete in the dry and be responsible for providing de-watering of the construction area and for stormwater management during the duration of construction by various means, including, but not limited to the use of temporary dams and temporary pumping. Should a storm event impact the work, the contractor shall be responsible for de-watering the work area and any clean-up or restoration after the storm event, including removal and disposal of any debris that may be washed into the work area by such stormwater


8. The Government anticipates the ability to place ACB's and HPTRM in the wet. As with concrete channel lining, the contractor shall be responsible for any clean-up or restoration after the storm event, including removal and disposal of any debris that may be washed into the work area by such stormwater, and any restoration of any damaged material including HPTRM and ACB's.


9. Access and staging areas will be limited in some areas. Ingress and egress will be as specified by the Government. The contractor will be require to work around bridges and other obstructions along the bank and within the channel. Any privately owned structures along the bank shall not be disturbed.


10. Anchor the HPTRM to the subgrade using anchor devices in accordance with the contract documents.


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 business size standard is not to exceed $36,500,000 each.


3) Past experience with heavy civil construction and installation of ACB's and HPTRM. .


4) Letter from bonding agency indicating your performance and payment bond capacity.



IMPORTANT: At this point, the Government anticipates soliciting and awarding a Multiple Award Task Order (MATOC) type Construction Contract for the required HPTRM supply and installation. It is contemplated that fifteen (15) to twenty (20) task orders for individual levee reaches may 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 edith.m.brandon@usace.army.mil.


Responses must be received no later than 10:00 A.M. Central Time Zone, 10 January 2019.


Edith M Brandon, Contract Specialist, Phone 5048621047, Email edith.m.brandon@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP