SOURCES SOUGHT
Z -- Coastal wetland restoration construction.
- Notice Date
- 5/18/2005
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- FEDBIZOPS-05-244-0014
- Response Due
- 5/27/2005
- Archive Date
- 7/26/2005
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, New York District is seeking sources to perform coastal wetland restoration construction as part of the New York Harbor Deepening Program. The three mitigation sites are Joseph Medwick Park in Carteret, NJ; Brooklyn Union Gas in Staten Island, NY and a site in Woodbridge, NJ. All three sites are intertidal marsh(es) that experience tidal inundation approximately twice a day. The scope of work will consist of the removal of existing phragmites, removal of wrack and debris, removal and disposal of soils and re-grading of the marsh surface to achieve elevations that are more favorable to the growth of desirable species (such as v arious Spartina Alterniflora), limited placement of clean soil and replanting of native wetland species. It will be imperative that while working in the sites that the plant preservation areas be avoided. Excavation and grading work may require the use of specialized equipment outfitted for work in a marsh environment, and/or the adapting of standard construction equipment and construction methods for work within a marsh on soft and unconsolidated soils. T he work will require the use of hydraulic excavators outfitted with long reach booms, low ground pressure off road hauling equipment, low ground pressure dozers, low ground pressure utility vehicles, use of crane mats to support excavators and use of marsh mats to create access across the marsh. Equipment selected and utilized on the project must not damage planting substrate. Joseph Medwick Park consists of approximately 14 acres of grading and replanting and the removal of 29,300 cubic yards of material and will cost between $4 and $6 million The Woodbridge site consists of approximately 19 acres of grading and replanting and the removal and or relocation of approximately 36,000 cubic yards of material and will cost between $5 and $10 million. Brooklyn Union Gas consists of approximately 9acres of grading and replanting and the removal of 32,200 cubic yards of material and will cost between $5 and $8 Eligible contractors will need to meet the following minimum requirements: 1) Have a Project Manager with a minimum of 5 years of experience designing, preparing plans and specifications and construction oversight of a minimum of three tidal marsh restoration or creation projects, 5 acres in size or larger, with the following com plexities: a. Tidal creek crossings b. Utility crossings c. Unconsolidated substrate and highly organic soils 2) The Contractor shall employ a supervisor (Wetland Environmental Specialist), for QA/QC purposes, with a background in plant and soils sciences who has provided construction oversight for a minimum of three tidal marsh resttoration or creation projects , 5 acres in size or larger, with the following complexities: a. Tidal creek crossings b. Utility crossings c. Unconsolidated substrate and highly organic soils d. Variable salinity regimes e. Invasive plants f. Herbivory 3) The contractor performing the plantings shall employ a supervisor (Wetland Environmental Specialist) who shall directly oversee on-site development of the project and who is experienced in tidal wetland habitat restoration, creation, and construction an d posses a minimum of an Associate Degree in Environmental Science from a fully accredited college and a minimum of 5 years of work experience as a Wetland Environmental Specialist in tidal wetland habitat restoration, creation, and construction. 4) The entity performing the plantings 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 three ye ars. These projects shall have included the use of marsh excavators and marsh mats. 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 (R FP) 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 product/capability meets the Army's requirements. Firms sho uld provide a summary of their companys technical and manufacturing capabilities including a description of facilities, personnel and past experience to meet this requirement. If this information is not adequate to substantiate that the requirements a re 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. The Government rese rves the right to reject in whole, or part, any industry input 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 c ode. Submittal of information is requested via electronic mail to eartha.mitchem@usace.army.mil (917)790-8082, FAX (212)264-3013.
- Place of Performance
- Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Country: US
- Zip Code: 10278-0090
- Record
- SN00810397-W 20050520/050518212136 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |