Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2007 FBO #2049
SOURCES SOUGHT

C -- Indefinite Delivery Contract #C-203, Environmental Maintenance for New York District Projects

Notice Date
7/5/2007
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-07-S-0016
 
Response Due
7/20/2007
 
Archive Date
9/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUI SITION STRATEGY FOR A FUTURE ACQUISITION. The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in small business, certified 8(a), certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), concerns for work on an IDIQ (Ind efinite Delivery Indefinite Quantity) service contract. The NAICS Code is 561730 (size standard $6.5 million average annual receipts for preceding three fiscal years). Minimum task order award size $2,500. No awards will be made from the responses to this synopsis. No solicitation will be available at this time. Responses will be used to determine appropriate acquisition decisions for a future procurement. SURVEY OF THE SERVICE CONTRACTOR INDUSTRY The following is a confidential survey fact sheet designed to apprise the US Army Corps of Engineers, NY District, of any prospective service contractors project execution capabilities. The Survey Fact Sheet is to include: 1. A 2-3 page project fact sheet listing past performance and past experience for this type of service. The fact sheet shall include as a minimum the service/project title, project area size, location, contact info, and name of costumer for whom the servic e was performed; for example, State of N.Y./N.J., EPA, GSA, military installation or any private or corporate customers. 2. Identification of the firm as a small business concern as defined by the SBA size standards (size standard $6.5 million average annual receipts for preceding three fiscal years). Identification of the firm as Small Business, an 8(a) Program Concern, a Service Disabled Veteran-Owned Small Business, a Woman-Owned Small Business, or a HUBZone Small Business. 3. Documentation that demonstrates the successful use of low pressure specialized landscaping equipment under the following conditions (tidal creek crossings, utility crossings, unconsolidated substrates and highly organic soils.) for a minimum of three ti dal wetland projects that are greater or equal to one acre in size. Documentation must include the names, descriptions and contract amounts for examples of work performed, as well as written references. 4. Documentation that demonstrates that the Contractor employs or subcontracts an Environmental Supervisor (Wetland Specialist) or Project Supervisor for QA/QC purposes, who has provided successful construction or maintenance oversight for a minimum of thr ee tidal marsh sites within the past five years with the following complexities: planting in unconsolidated substrates and/or highly organic soils, wrack and debris deposits, invasive plants and herbivory predator issues. Documentation must include the nam es, descriptions and contract amounts for examples of work performed, as well as written references. 5. Documentation that demonstrates that the Contractor employs or subcontracts for a registered aquatic herbicide applicator. The herbicide applicators must be registered aquatic herbicide applicators in the state the site is located in (New Jersey and New York respectively). 6. Documentation that demonstrates that the Contractor employs or subcontracts for a New Jersey and New York licensed land surveyor crew capable of gathering and digitizing topographic information and creating topographic and bathometric survey maps in tid al & freshwater areas. 7. Information about the largest construction/service contract (in dollar amounts) on which you were the prime contractor. BACKGROUND AND INFORMATION OF SERVICE CONTRACT The New York District, U.S. Army Corps of Engineers (NY District) has recently completed five environmental mitigation projects as part of the Harbor Deepening Project and the Green Brook Flood Damage Reduction Project. The environmental mitigation projects consist of tidal salt marsh creation and restoration as well as non-tidal freshwater emergent, scrub shrub and forested wetland creation and restoration. Complexities associated w ith the sites include access to island locale, herbivory pressures, tidal creek crossings, utility crossings, unconsolidated substrate and highly organic soils. Four of the sites are easily accessible by car; the fifth is accessible only by boat. Access w ithin the tidal marsh sites is largely limited to foot traffic, kayak, and on rare occasions, low pressure ground vehicles. The project sites that this service contract will be primarily used for include but are not limited to: 1. Green Brook Flood Damage Reduction Project, Wetlands Mitigation Site at Finderne Farms, New Jersey (130 Acres) 2. Arthur Kill Mitigation Salt Marsh Restoration Project, Joseph Medwick Park, Rahway River, Carteret, New Jersey (19 Acres) 3. Woodbridge Creek Restoration, Area A, Harbor Deepening Restoration, Woodbridge Township, New Jersey (35 Acres) 4. Keyspan (BUG) Site, Salt Marsh Mitigation Project, Staten Island, New York (9 Acres) 5. Elder's Point Mitigation and Restoration, Jamaica Bay, New York (70 Acres) The mitigation projects have a one-year warranty for maintenance by the construction contractor. This IDIQ service contract is to be established for the continued maintenance of these projects, located within 75 miles of New York City, as well as other sit es within the boundaries of the NY District for the next four years. The mitigation sites have been designed to be self sustaining. This IDIQ service contract includes maintenance tasks that are likely to be the result of storm or disturbance damage. These tasks will largely fit into one of the following categories: herbici de application, herbivory prevention, plant replacement, plant removal, debris prevention and removal, soil testing, regarding, and soil amendments, as well as basic landscape maintenance tasks. The contractor will be expected to coordinate with the local soil conservation district when bringing in or removing soil, gravel, sand, rip-rap, erosion control blankets, geotextiles or other such materials. In addition, a survey of the marsh surface, accurate to within 0.1 ft. may be required prior and/or after di stinct maintenance or soil testing actions. Herbicide application at the sites will be to control non-native species that may have begun to invade a mitigation site. The herbicides shall be registered for use in aquatic settings (e.g. glyphosate, Imazopyr) and may be applied by truck, backpack or wi cking dependant upon conditions. The herbicide applicators must be registered aquatic herbicide applicators in the state the site is located in (New Jersey and New York respectively). The Contractor will be responsible for obtaining all necessary permits. The Contractor will be responsible for obtaining the herbicide, herbicide application, site access (by land or boat as applicable) and the equipment and personnel needed to complete the task. Herbivory prevention may consist of waterfowl barrier repair, deer fencing repair, deer repellant application and weeding. The Contractor shall be responsible for site access, materials and labor. Soil testing may consist of the collection and laboratory analysis of samples for parameters associated with plant survival in both saline and freshwater environments. Plant replacement may consist of replacing herbaceous and/or woody material through seeding, hydroseeding or planting of plug and container grown material of variable sizes. The Contractor will be responsible for site access, plant material, fertilizer, my corhizal inoculation of plants when necessary, as well as actual plant installation. Plant removal may consist of the removal and disposal of trees up to and larger that 10 inches in diameter. The Contractor shall be responsible for all labor and equipment associated with this task. Bringing in or removing soil, gravel, sand, rip-rap, erosion control blankets, geotextiles or other such materials. This includes all coordination and compliance with the local soil conservation district regulations. Debris prevention and removal may include such tasks as floating turbidity barrier repair, wrack, debris, and garbage removal. Basic landscape maintenance may include tasks such as fence repair, mowing, weeding, fertilizing and watering. The Contractor will conform to all local, state, and federal laws while carrying out the services for this project. The Contractor shall prepare and submit a site-specific safety and health plan to the government for approval prior to mobilization. Maintenance work may require the use of specialized equipment outfitted for work in wet soils, and/or the adaptation of standard construction equipment and construction methods for work on soft soils. Equipment selected and utilized on the project must not damage the planting substrate. Additional services include, but are not all inclusive, waterfowl barrier repair, floating turbidity barrier repair, straw bale sediment barrier replace, Glyphosate herbicide application by truck, Imazopyr herbicide application by backpack, wrack and debri s removal, tree protective services, aerial surveys (georeferenced), plant replacement (high marsh 2 plug), Mycorrhizal inoculation of plant, soil testing (grain size analysis), and surveying services (0.1 ft accuracy). Submit three (3) Survey Fact Sheets to: Attn: Alan P. Link, Team Leader, Contracting CENAN CT-A Rm. No. 1843 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Survey Fact Sheets will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to t he next business day. Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building. If we do not receive an adequate number of qualified respondents (i.e., two or more responsible firms), the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this project.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01335307-W 20070707/070705221316 (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.