Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2008 FBO #2529
SOLICITATION NOTICE

F -- Mitigation Site Maintenance Services For Existing And Future Sites Within the Boundaries of the New York District

Notice Date
10/27/2008
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-B-0005
 
Response Due
12/16/2008
 
Archive Date
2/14/2009
 
Point of Contact
Loretta E. Parris, 917-790-8182<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, New York district (NYD) intends to issue an Invitation for Bid (IFB) to award an Indefinite Delivery Contract (IDC C203) for mitigation site maintenance services for existing and future sites within the boundaries of the New York District. The contract is 100% Small Business Set-Aside. The New York District, U.S. Army Corps of Engineers 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 with the sites include access to island locale, herb ivory 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 within 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: Green Brook Flood Damage Reduction Project, Wetlands Mitigation Site at Finderne Farms, New Jersey 130 Acres; Arthur Kill Mitigation Salt Marsh Restoration Project, Joseph Medwick Park, Rahway River, Carteret, New Jersey 19 Acres; Woodbridge Creek Restoration, Area A, Harbor Deepening Restoration, Woodbridge Township, New Jersey 35 Acres; Keyspan BUG Site, Salt Marsh Mitigation Project, Staten Island, New York 9 Acres; 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 contract is to be established for the continued maintenance of these projects, located within 75 miles of New York City, as well as other sites within the boundaries of the NY District for the next four years. The mitigation sites have been designed to be self sustaining. This contract includes maintenance tasks that are likely to be required as the result of storm or disturbance damage observed from periodic inspections performed by the Government. These tasks will largely fit into one of the following categories: herbicide application, herbivory prevention, plant replacement, plant removal, debris prevention and removal, soil testing, regrading, 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. The Finderne Farms project site is the only freshwater non-tidal site and is the only one that is likely to require replanting or removal of large woody plants. All other listed project sites are tidal. The Elders Point project site is the only site that will require boat access and may require seed collection and sand placement. The contractor will be required to provide all labor, material and equipment to perform the following tasks: 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 wicking 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. Herb ivory 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, mycorhizal 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 a site-specific safety and health plan for each site and submit it 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 limited to, waterfowl barrier repair, floating turbidity barrier repair, straw bale sediment barrier replace, Glyphosate herbicide application by truck, Imazopyr herbicide application by backpack, wrack and debris removal, tree protective services, plant replacement, Mycorrhizal inoculation of plant and soil testing grain size analysis. All tasks identified within this procurement are not guaranteed. The duration of the contract is base year plus three option years. The cost range for this contract will be between $1,000,000 and $5,000,000 for the base and three option years combined. The North American Industry Classification System (NAICS) code is 561730. The Business Size Standard is $7,000,000.00. The Sic Code is 0782. Specifications for Solicitation W912DS-09-B-0005 will be available on or about 12 November 2008. Plans (for reference only) of the existing project sites will also be available on or about 12 November 2008. Bid Opening date is on or about 12 December 2008 by 2:00 PM Local time. Bids are to be submitted to U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, New York 10278. The media selected for issuance of Synopsis/Solicitation and amendments shall sole be at the discretion of the government; accordingly, the media utilized for this project shall be the Internet and CD-ROM.TELEPHONE, EMAIL OR DAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED OR HONORED. Paper copies of this solicitation and amendments if any will not be available or issued. Interested parties may download and print the solicitation at no charge at http://www.fbo.gov. All vendors who want to access solicitation will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and Federal Business Opportunity (www.fbo.gov). The system called Federal Business Opportunity (www.fbo.gov) has been upgraded as a web-based dissemination toll designed to safeguard acquisition-related information for all Federal Agencies. Business opportunities can be located on Federal Business (www.fedbizops.gov) or the Army Single Face to Industry (ASFI) Acquisition Business Website https://acquisition.army.mil/asfi. To keep informed of changes: Check www.fedbizopps.gov frequently. Some contractor tools are as follows: Register to receive Notification and Subscribe to the Mailing List for specific solicitation at Federal Business Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedbizOps will direct vendors to Federal Business Opportunity to download solicitations, Plans, Specifications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated or printed using A5. Internet Explorer 6.0 the recommended browser. However, Internet Explorer 4.x, Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with Federal Opportunity Website. Utilization of the Internet is the preferred method; however, CDs will be available upon written request stating the solicitation number or project name, complete company name and street address (we will not deliver to P.O. Boxes), telephone and facsimile number (including area codes). Make checks or money order payable in the amount of $15.00 to USACE, NY. DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense (CCR) Database prior to award. Lack of registration in the CCR will make an offeror ineligible to download the solicitation and for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. NOTICE! Contractor Performance Assessment Reporting System (CPAR) The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. Both the contractor and government personnel are responsible for inputting PPI data. Performance evaluations prepared in CPARS are transmitted to the Past Performance Information Retrieval System (PPIRS). For specific details and guidance in use of the system, contractor is directed to https://www.nwp.usace.army.mil/ct/I/home.asp. This links the contractor to the Portland District Contractor Appraisal Information Center (CAIC). CAIC is the primary center to assist both the contractor and government personnel in using the system. The point of contact is Loretta Parris, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843 New York New York 10278-0090. Phone: 917-790-8182. Fax: 212-264-3013 or via email Loretta.e.parris@usace.army.mil. Or Shaukat Syed, 917-790-8176 or via email Shaukat.m.syed @ usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cc7ec41c81d4ab84bbad9dff3ce8ba8e&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY<br />
Zip Code: 10278-0090<br />
 
Record
SN01696654-W 20081029/081027214721-cc7ec41c81d4ab84bbad9dff3ce8ba8e (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  © 1994-2020, Loren Data Corp.