SOURCES SOUGHT
99 -- POPLAR ISLAND - CELL 3A & 3C WETLAND PLANTING,
- Notice Date
- 3/7/2014
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-14-S-0016
- Response Due
- 3/13/2014
- Archive Date
- 5/6/2014
- Point of Contact
- KAREN LYNN JOHNSON, 410-962-5186
- E-Mail Address
-
USACE District, Baltimore
(karen.l.johnson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses are due no later than 2:00 p.m. eastern standard time March 13, 2014. This is a SOURCES SOUGHT SYNOPSIS and is for informational/ market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from Small Businesses, Certified 8(a), Certified HUB Zone, Women-Owned Small Businesses and Service-Disabled Veteran-Owned small businesses concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Responses are to be sent via email to: karen.l.johnson@usace.army.mil NAICS Code: 561730 Small Business Size Standard: $7.0 (Million) Federal Service Code: F007 The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUB-Zone), Economically Disadvantaged Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must determine whether there is adequate competition among the potential pool of responsible contractors. Small business, 8(a), HUBZone, EDWOSB and SDVOSBs are highly encouraged to respond. Project Description: Poplar Island is located approximately 20 minutes by boat from Tilghman Island. Poplar Island is located in the Chesapeake Bay between Jefferson and Coaches Islands. All the construction will be on Poplar Island. The purpose for this contract is to complete two wetland cells 3A & 3C that will attract endangered species of birds, fish, turtles and other animals. The project consists of the installation of wetland plants to cover 111 acres. Cell 3A is a 55-acre and Cell 3C is a 56-acre of constructed tidal wetlands located on Poplar Island, a remote island in the Chesapeake Bay. The Cell 3A and 3C Wetland Planting contract consists of planting approximately 364,500 tidal marsh plants and 2080 shrubs, as well as seeding approximately 10 acres. The contractor must be capable of acquiring plant material grown from seeds collected within a 250-mile radius of Poplar Island from qualified sources; transporting all material and personnel to and from the island; and planting and seeding in areas that are tidally inundated up to 50% of the time. All planting and seeding must occur between 15 April and 30 June. Cell 3A will be planted from April through June of 2015 and Cell 3C will be planted from April through June of 2016. The purpose of this document is to establish if there are any small disadvantaged businesses capable of performing this work NO AWARD will be made from this SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Experience: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, and customer satisfaction and dollar value of the project. Minimum of 3 but no more than 5 similar jobs. 4. Firm's small business category and Business Size (Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. 5. Firm's Joint Venture information if applicable - existing. Responses will be shared with the Government and the project team, but otherwise will be held in strict confidence. Comments may be in any format, but must include the offerors' name, address, phone number, and email address. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 P.M. EST on Thursday, March 13, 2014. All interested firms must be registered in SAM https://www.sam.gov and remain current for the duration of the contract to be eligible for award of Government contracts. Email your response to Karen.l.johnson@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-S-0016/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN03305640-W 20140309/140307235138-0bc223eb966a60aa64f03abe18b17527 (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 |