Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOLICITATION NOTICE

F -- Cady Marsh Ditch Project Mitigation: Implementation of Wet Savanna at Little Calumet River in Northwest Indiana

Notice Date
2/13/2009
 
Notice Type
Presolicitation
 
NAICS
813312 — Environment, Conservation and Wildlife Organizations
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineer, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606
 
ZIP Code
60606
 
Solicitation Number
W912P6-09-B-0006
 
Point of Contact
Anita R. Simpkins,, Phone: 312-846-5372, Regina G. Blair,, Phone: 3128465371
 
E-Mail Address
anita.r.simpkins@usace.army.mil, regina.g.blair@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE: THIS PROJECT WAS PREVIOUSLY SYNOPSIZED UNDER ANNOUNCEMENT NUMBER W912P6-08-R-0018, WHICH WAS POSTED ON JUNE 5, 2008. With this announcement, the Chicago District Corps of Engineers issues a Pre-solicitation Notice for its Cady Marsh Ditch IIN Griffith, Indiana. This work will constitute fulfillment of mitigation requirements for the Cady Marsh Ditch deep tunnel project at Arbogast Street in Griffith, Indiana. UNDER THE CONTRACT SET, the Contractor will responsible for providing all necessary labor, equipment, facilities and materials to perform the following work: PHASE I WORK: Restore 2 acres of native wet savanna, including the clearing, herbiciding and removal of invasive woody and herbaceous plant material and the seeding and planting of native species; and PHASE II WORK: Monitor and Maintain the 2-acre wet savanna planting for a period of 5 years from the date of contract award. To its credit, Renewable Resources has a broad knowledge base in the area of wetland mitigation. As the original service provider to the Chicago District-USACE, Renewable Resources performed mitigation work at the 2-acre Cady Marsh Ditch (CMD) mitigation site. The site is isolated and has no access except directly through the adjacent 89-acre Little Calumet River mitigation project. The Contractor will be responsible for providing all the necessary facilities, plants, labor, transportation, materials, and equipment to accomplish the entire project as stated below. This project involves restoring 2 acres of native wet savanna, including the clearing, herbiciding and removal of invasive woody and herbaceous plant material and the seeding and planting of native species and monitor, maintain and submit annual monitoring reports for the 2-acre wet savanna planting for a period of three (3) years after the initial installation year, which will be four (4) years from the award date of the proposed contract, or until performance standards have been met. The Classification Code for this procurement is North American Industry System (NAICS) 813312 - "Environment, Conservation and Wildlife Organizations", with a Small Business Standard size of $7,000,000.00. Competition for this acquisition A TOTAL SMALL BUSINESS SET-ASIDE. The period of performance is for approximately five (5) years. It is anticipated that the resultant contact will be a firm-fixed price service contract (the proposed contract will also include a liquidated damages clause and the requirement for a performance bond). Interested bidders may download the Invitation for Bids Set from Federal Business Opportunities Website at: https://www.fedbizopps.gov. The Bid set will be made available for viewing and downloadable from the Federal Business Opportunities Website on 27 February 2009. The due date for the Bids will be 30 March 2009. I n order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can access the CCR for free at http//www.ccr.gov. Request for solicitation packages made by telephone, fax or e-mail will not be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=68f39e7cd4680b48a14f0196a343c8f2&tab=core&_cview=1)
 
Place of Performance
Address: T3N; R8W' S19, located between Clark Road and Chase Street, Gary, Indiana, 46404, United States
Zip Code: 46404
 
Record
SN01750973-W 20090215/090213221057-644a8fd494e5eaa0ec5579ac4fbe0f56 (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.