Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOURCES SOUGHT

38 -- Benthic restoration at a site offshore Bainbridge Island, WA. The overall objective is to restore critical benthic spawning habitat to migratory salmonids and other local fauna.

Notice Date
7/3/2014
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-14-R-0024
 
Response Due
7/11/2014
 
Archive Date
9/1/2014
 
Point of Contact
Tam Huynh, 206-764-3781
 
E-Mail Address
USACE District, Seattle
(tam.c.huynh@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice for the US Army Corps of Engineers, Seattle District. This notice is for information purposes only and IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Seattle District, requests capability statements from businesses concerning the availability of services that satisfy the requirements described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. General Information: Responses are to be sent via email to Tam.c.Huynh@usace.army.mil (phone 206-764-3781) no later than 2:00 p.m. Pacific Standard Time on 11 July 2014. Interest in this announcement is to determine the availability and capability of both Large and Small businesses. The purpose of this notice is to gain knowledge of potentially qualified Large Businesses, Small Businesses (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business (WO), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 237990, Other Heavy and Civil Engineering construction. For the purposes of this procurement, a firm is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 million. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Consortia of firms or any other interested parties may submit information. Associations may be as joint ventures' or as key team subcontractors. GENERAL REQUIREMENTS: The US Army Corps of Engineers, Seattle District is seeking contractors that can perform benthic restoration at a site offshore Bainbridge Island. The work will consist of: - pre- and post-bathymetric surveys to validate cap thickness - water quality (environmental) monitoring - acquisition and placement of clean sediment to cap a benthic depression from about -26' MLLW to -8' MLLW - placement and maintenance of a silt curtain throughout the project to reduce the effects of construction on the surrounding eelgrass beds. The overall objective is to restore critical benthic spawning habitat to migratory salmonids and other local fauna. Placement methodology is critical in order to keep turbidity minimized and to minimize effects in the water column. This work may only be performed during the in-water work window, from 1 October 2014 through 28 February 2015. The contractor shall provide documentation supporting environmental monitoring and sediment placement in the area of, including not limited to, the State of Washington. SITE DESCRIPTION: The project site is located on the east shore of Eagle Harbor in Bainbridge WA, offshore from the Wyckoff Superfund Site. SUBMISSION REQUIREMENTS: Contractors responding to this announcement shall verify their ability to perform the services indicated above. Please include a brief description of the firm's technical capabilities as it relates to the requirement. In particular, verify the availability (either in-house or through a sub) of a qualified water monitor and experience with inwater placement of sediments in a sensitive area. Responses should also include company name, address, contact information, DUNS number, CAGE code, relevant NAICS codes, and small business status. Responses should be NO LONGER THAN 3 pages, and should be sent to Tam Huynh at tam.c.huynh@usace.army.mil. Responses must be received no later than 2:00 p.m. Pacific Standard Time on 11 July 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-14-R-0024/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03414863-W 20140705/140704000007-7bac77a7325eb7e4193b46053400d037 (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.