SOURCES SOUGHT
F -- PL84-99 Mitigation Credits
- Notice Date
- 9/7/2022 10:29:13 AM
- Notice Type
- Sources Sought
- NAICS
- 813312
— Environment, Conservation and Wildlife Organizations
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123822S4063
- Response Due
- 9/21/2022 1:00:00 PM
- Point of Contact
- Daniel E. Czech, Arnel D. Margen, Phone: 9165577508
- E-Mail Address
-
daniel.e.czech@usace.army.mil, arnel.d.margen@usace.army.mil
(daniel.e.czech@usace.army.mil, arnel.d.margen@usace.army.mil)
- Description
- DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The U.S. Army Corps of Engineers, Sacramento District (USACE) is required to purchase mitigation credits for VELB, GGS, green sturgeon, salmonid, and delta smelt for construction impacts resulting from emergency repairs along levees located within the Sacramento and San Joaquin River Basins. The required credits are mandatory for compliance with multiple Biological Opinions (BO) issued for PL 84-99 Levee Repair projects from both the U.S. Fish and Wildlife Service (USFWS) and the National Marine Fisheries Service (NMFS). Mitigation credits to be purchased for a total of 6.30 delta smelt credits, 8 VELB credits, 16.08 acres of GGS credit, and 1.01 salmonid/green sturgeon credits. The mitigation banks will supply all necessary supplies, materials, labor, equipment, and real-estate. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from businesses that can provide the required services under the NAICS Code. To assist USACE-SPK in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Responses should also include: 1.Business name and address; 2.Name of company representative, their business title, and contact information; 3.Type of Small Business; 4.Cage Code; 5.Any Contract vehicles that would be available to the Government for the procurement ofthe product and service, to include GSA Federal Supply Schedules (FSS), or any otherGovernment Agency contract vehicle. (This information is for market research only anddoes not preclude your company from responding to this notice.) 6. Evidence that the firm is a US fish and wildlife approved mitigation bank for the credits in question. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c799c37fa7d344099d395b33fe32846e/view)
- Place of Performance
- Address: Sacramento, CA, USA
- Country: USA
- Country: USA
- Record
- SN06456493-F 20220909/220907230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |