Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOURCES SOUGHT

Z -- Sources Sought for potential project for Poplar Island Habitat Restoration, Cell 1C Tidal Marsh Planting, Talbot County, Maryland.

Notice Date
4/7/2010
 
Notice Type
Sources Sought
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-10-S-0017
 
Response Due
4/14/2010
 
Archive Date
6/13/2010
 
Point of Contact
Melissa Svetich, 410-962-2290
 
E-Mail Address
USACE District, Baltimore
(melissa.a.svetich2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from 8(a), SERVICE DISABLED VETERAN OWNED BUSINESSES and HUBZONE SMALL BUSINESSES concerning the potential project listed above. Responses are due no later than 3:00pm EST on 14 April 2010. Page limit for the Sources Sought notice shall not exceed 20 pages. This Sources Sought Notice is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS AND NO SOLICITATION IS CURRENTLY AVAILABLE. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Interested 8(a), SDVOB, and HUBZone certified firms should submit a concise narrative (not to exceed 20 pages) and specific project examples of similar size and scope that demonstrate their experience in the following: a.General Contractor Relevant Experience: The offeror must have completed a minimum of three projects that are tidal wetlands, 30 acres or more in nature and were completed in the last five years. To be considered similar in nature, the projects must be of relative size (30 acres+), complexity (tidal flow), and similar characteristics (in the Chesapeake Bay with brackish water). Provide the following information to demonstrate experience for each submitted project: (1)The location of the project; (2)The name of the project; (3)The contract number; (4)The dollar size and acreage of the project; (5)A point of contact or reference of the project. The point of reference may be an authorized representative of the owner or the person responsible for contracting; (6)The date of completion; (7)Relevance to this project, including description of tidal marsh plant installation execution and staging; and (8)Planting plan bid set, post construction as-built surveys and vegetation monitoring reports. b. General Contractor Past Performance: Provide the performance ratings that demonstrate at least acceptable or satisfactory performance for at least three tidal marsh planting projects of similar size and nature completed in the last five years. Documentation by way of correspondence from previous project owners will suffice, if performance rating forms are not available. Where applicable, provide regulatory agency approval of satisfying compensatory and/or wetland mitigation banking performance standard criteria. The Government may contact the individuals identified by the offeror to confirm performance capabilities. The Government will use other information that is readily available to determine an offerors past performance, such as CCASS ratings or other Government rating systems of either Federal, State or Local jurisdictions. c. Project Management Plan: The offeror shall submit a Project Management Plan that addresses all phases of the project. The Plan shall include installation techniques to be used, how the offeror will address differing site conditions and the method of supplying the work site with material, labor and equipment. If the work will be accomplished by a major subcontractor, then the subcontractor must contribute to this plan. d. Management Personnel: The offeror shall submit the names and qualifications of key project personnel to include the project manager, on-site superintendent, quality control and safety manager. The resumes of these key project personnel identified above shall highlight specific experience and qualifications on projects of a similar type, size, and technical issues. Each of the named personnel must demonstrate experience as noted in the specifications for their specialty and be regularly engaged in the positions for which they are being proposed. The named managers will be the managers for this project. If the successful offeror should substitute another manager, it will be subject to the approval of the Government. e. Plant Procurement Plan: The offeror shall submit a Plant Procurement Plan describing its ability to procure the type and amount of plant material necessary for installation within the stated project schedule. The Plan shall include information on the seed collection areas, sources, propagation methods, nursery(s) production and capacity, storage both before and during plant installation, and method of transportation to the project site. Responses are to be sent via email to Melissa.A.Svetich2@usace.army.mil no later than 3:00 pm EST on 14 April 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-S-0017/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02115019-W 20100409/100407234959-9e965d62a124262b7a471d12349a5e39 (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.