Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2023 SAM #7900
SOLICITATION NOTICE

F -- Wetland Mitigation Services for Rouses Point Land Port of Entry

Notice Date
7/13/2023 11:54:01 AM
 
Notice Type
Solicitation
 
NAICS
237 —
 
Contracting Office
PBS R2 CAPITAL CONSTRUCTION BRANCH NEW YORK NY 10007 USA
 
ZIP Code
10007
 
Solicitation Number
47PC0323N0003
 
Response Due
7/28/2023 1:00:00 PM
 
Archive Date
08/12/2023
 
Point of Contact
Claudia Rivera, Phone: 2122645244, Fax: 2122640588, Sonah Lee, Phone: 3472051469
 
E-Mail Address
claudia.rivera@gsa.gov, sonah.lee@gsa.gov
(claudia.rivera@gsa.gov, sonah.lee@gsa.gov)
 
Description
Introduction� The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region, is seeking a qualified contractor to provide full wetland mitigation services in conformance with the regulatory requirements of the U.S. Army Corps of Engineers (USACE) contained in 33 CFR Chapter II Part 332 �Compensatory Mitigation for Losses of Aquatic Resources. A new Land Port of Entry (LPOE) is planned to be constructed at the United States/Canada border along New York State Route 11 in Rouses Point, New York approximately � mile North of the existing LPOE. The new facility will replace the existing LPOE which was constructed in 1932. The new LPOE will increase operational efficiency, enhance commercial and non-commercial vehicle and Amtrak passenger experience, and improve CBP officer safety.� Approximately 4.8 acres of regulated wetland will be disturbed (by the construction of the new LPOE) with an estimated mitigation acreage requirement of 8 acres.� SCOPE OF WORK� This section details the technical requirements and constraints for which the Contractor is responsible. The Contractor shall perform all services described in this Statement of Work.� The Contractor shall provide design and construction wetland mitigation services in conformance with the regulatory requirements of the U.S. Army Corps of Engineers (USACE) contained in 33 CFR Chapter II Part 332 � Compensatory Mitigation for Losses of Aquatic Resources. When considering options for successfully providing the required compensatory mitigation plan the contractor shall consider the type and location options in the order presented below. In general, the required compensatory mitigation should be located within the same watershed as the impacted site and should be located where it is most likely to successfully replace lost functions and services, considering such watershed scale features as aquatic habitat diversity, habitat connectivity, relationships to hydrologic sources (including the availability of water rights), trends in land use, ecological benefits, and compatibility with adjacent land uses. Procure, own and maintain land within the Richelieu Watershed (within New York State). Develop a wetland mitigation work plan in compliance with regulatory requirements.� Prepare and submit - An operations and maintenance plan, long term management plan, adaptive management, financial assurances and application for CWA Section 404 and 401 application.��� Construct new wetlands in accordance with the approved wetland mitigation plan and/or provide other compensatory wetland mitigation measures intended to fulfill GSA's permittee responsible wetland mitigation requirements.� Provide ongoing monitoring of� wetlands per USACE regulations (332.6 Monitoring), which includes but is not limited to: construction annual inspections, maintenance and reporting per regulatory requirements to identify any conditions that threaten the proper function and development of the newly constructed wetland. Corrective measures shall be implemented to any deficiencies in vegetative cover, berm integrity or sit hydrology.� PROJECT PERIOD OF PERFORMANCE AND MAGNITUDE� This project shall be performed by an experienced contractor that has performed similar work. The estimated period of performance is 365 calendar days. The magnitude of construction for this project is between$1,000,000 and $5,000,000. CONTRACT INFORMATION AND ISSUANCE�� This is a negotiated �FULL AND OPEN COMPETITION. The applicable North American Industry Classification System (NAICS) code is 237990. The Small Business size standard is an average annual sales and receipts for the past three years that are equal to or less than $39,500,00.00. SELECTION PROCESS The procurement method that will be implemented for this project will be in accordance with FAR Part 15.1 - Source Selection Processes and Techniques. This project is a competitive acquisition utilizing the Trade-Off process approach under the Best Value Continuum (FAR 15.101). This process permits tradeoffs among cost or price and technical factors, and allows the Government to accept other than the lowest priced proposal. For this procurement, the technical evaluation factors when combined will be approximately equal to cost or price.� The contract type will be a Firm-Fixed-Price contract. TECHNICAL FACTORS� Factor 1: Prior Experience on Wetland Mitigation Projects 30% Factor 2: Qualifications of Key Personnel 30% Factor 3: Past Performance on Projects equal in complexity and value 20% Factor 4: Management Plan 10% Factor 5:� Small Business Subcontracting Methodology 10% PRE-PROPOSAL CONFERENCE/SITE WALK THRU There will be no Pre-Proposal conference or site walk-through. All contractors must be registered in the SAM (System for Award Management)� at https://www.sam.gov� prior to contract award. Therefore, prospective offerors are encouraged to register prior to the submission of proposals.� REQUESTS FOR INFORMATION/ CLARIFICATIONS OR INTERPRETATIONS All questions must be submitted to the Contracting Officer, in writing, via email, to Claudia.Rivera@gsa.gov and Sonah Lee Sonah.lee@gsa.gov. � All prospective Offerors should make such requests by July 12,2023.�� All information, amendments and questions concerning this solicitation will be electronically posted at the�System for Award Management (SAM)�via�https://www.sam.gov.�No telephone requests will be accepted, and no paper copies will be mailed to prospective offerors. SUBMISSION� Proposals are due No Later than July 28,2023� at 4P.M. �ET. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Inclusion of website address or link does not constitute an endorsement.� Amendments, if/when issued, will be posted to the SAM.gov site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. The guidelines for registration in SAM are also available at: �https://sam.gov/content/help
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/484dc07600554624bec8af86569cab4d/view)
 
Place of Performance
Address: Rouses Point, NY 12979, USA
Zip Code: 12979
Country: USA
 
Record
SN06747207-F 20230715/230713230051 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.