Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Y--Coastal Wetland Restoration Construction

Solicitation Number: W912DS-09-S-0004
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: U.S. Army Engineer District, New York
  • Print
:
W912DS-09-S-0004
:
Sources Sought
:
Added: Nov 07, 2008 12:55 pm
THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION.

Responses are restricted to U.S. firms that are established and registered in the Central Contract Registration CCR.

The U.S. Army Corps of Engineers, New York District is seeking sources to perform coastal wetland restoration construction. The three restoration sites are listed below. All sites are intertidal coastal habitat that experience tidal inundation approximately twice a day.

Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources in the following categories: certified 8a, certified HUB Zone, and Service-Disabled Veteran-Owned Small Business SDVOSB, and small business for coastal wetland restoration construction. The NAICS Code is 562910 size standard $14 million. In potentially setting aside a future procurement, small businesses categories above MAY CONSIDER potential Joint Venture partners, Teaming partners, and or major subcontractor or prime. Such capabilities will be evaluated solely for the purpose of determining whether to Set-Aside for the Small Business Community OR to conduct as an UNRESTRICTED Procurement.

The scope of work will/may consist of the removal of existing common reed grass, Phragmites sp.; removal of wrack and debris; removal and disposal of soils; placement of clean soil; grading of the marsh surface to achieve elevations that are more favorable to the growth of desirable species, such as saltwater cordgrass, Spartina alterniflora; planting of native wetland species; and installation and maintenance of site fencing.

Two salt marsh island restoration projects, located in Jamaica Bay, Brooklyn, New York, are proposed for construction. The two islands are Elders Point West Marsh Island and Yellow Bar Hassock Marsh Island. The marsh island projects would be bid separately and each involve grading of approximately 200,000 cubic yards of stockpiled sediment to restore 29 acres of salt marsh. Construction is in marine environment, subject to tides and coastal dynamics. The cost of the project falls within the range of $3 million - $10 million dollars.

The Gerritsen Creek project site targeted for ecosystem restoration is an approximately 67-acre site that lies within the Jamaica Bay watershed in Marine Park, Brooklyn, New York. The proposed project will restore approximately 35.5 acres of habitat, including approximately 20.5 acres of inter-tidal salt marsh and approximately 15 acres of coastal/maritime grassland. The proposed restoration will be accomplished through a combination of excavation, sediment placement, re-contouring, and native species plantings. The cost of the project falls within the range of $4 million - $7 million dollars.

Eligible contractors will need to meet the following minimum requirements:
1) The entity performing the construction shall have successfully completed a minimum of three (3) tidal wetland restoration, creation, and construction projects similar in scope and complexity to this Contract in NY, NJ, MD, DE or CT within the last five years demonstrating construction experience of similar scope, magnitude and complexity to the above listed projects;
Eligible contractors will need to provide firms Business Size (whether HUB Zone, Service disabled Veteran Owned Small Business, small business, 8(a), etc.). Where applicable, include SBA size certification.

This is not a solicitation and is not to be construed as a commitment by the Government. There will not be any Request for Proposal (RFP) issued as a result of this notice, nor will the Government pay for any information received. Interested parties are requested to provide adequate information to substantiate that their capability meets the Army's requirements. If this information is not adequate to substantiate that the requirements are met, the Government reserves the right to request additional information. No basis for claims against the Government shall arise as a result of this notice or Government use of information received as a result of this notice. All responses must include company name, address, POC, phone number, fax number, email address, business size, taxpayer identification number, DUNS number and CAGE code. The deadline to respond to this survey is 2pm on 21 November 2008 by email or standard mail addressed to Lauren Oliver, 26 Federal Plaza, CENAN-CT, Room 1843, New York, NY 10278-0090. Interested firms are instructed to contact Lauren Oliver at Lauren.K.Oliver@usace.army.mil, 917-790- 8086, or the technical POC Jamal Sulayman, Jamal.A.Sulayman@usace.army.mil, 917-790-8299.
:
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
:
US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
10278-0090
US
:
Elizabeth Stanley, 917-790-8172

US Army Engineer District, New York