Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOURCES SOUGHT

F -- Yazoo Backwater Basin Mitigation Bank Credits

Notice Date
4/17/2025 11:14:18 AM
 
Notice Type
Sources Sought
 
NAICS
523910 — Miscellaneous Intermediation
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE25S0006
 
Response Due
5/2/2025 9:00:00 AM
 
Archive Date
05/17/2025
 
Point of Contact
Dustin G. Cannada, Phone: 6016317546, R. Brent Hester, Phone: 601-631-5480
 
E-Mail Address
dustin.g.cannada@usace.army.mil, richard.b.hester@usace.army.mil
(dustin.g.cannada@usace.army.mil, richard.b.hester@usace.army.mil)
 
Description
W912EE DESCRIPTION This is a Sources Sought notice only. This is not a solicitation announcement and as such, there is no Request for Proposal (RFP) documents to download. This is a market research tool being utilized to determine the availability of qualified sources. The US Army Corps of Engineers, Vicksburg District (CEMVK), has a requirement to acquire multiple forms of mitigation banking credits within the Yazoo Backwater Basin Area. These credits are required to compensate for unavoidable impacts to wetlands and other aquatic resources, as well as terrestrial and aquatic species as a result of the by the construction and operation of the Yazoo Backwater Pumping Plant. All mitigation requirements must be met before construction can start. The Government is seeking mitigation credits that represent up to 27,354 Average Annual Functional Capacity Units (AAFCUs) for wetlands and 352 Annual Average Habitat Units (AAHUs) for Shorebird Habitat from a USACE certified Mitigation Bank or In-Lieu Fee Program (ILF) for the Yazoo Backwater Pumping Plant within the Yazoo River Basin Service Area. Potential and currently available credits are specifically sought for compensatory mitigation of both forested and agricultural wetlands. Currently construction is expected to start Fiscal Year 2028, so all mitigation lands will have to be secured at this time, which is a requirement of the Environmental Impact Study (EIS). SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this sources sought announcement by responding to the following questions. Responses shall be thorough with sufficient information to allow for the evaluation of the firm�s capabilities. Please submit responses to this Sources Sought announcement by May 02, 2025 to dustin.g.cannada@usace.army.mil. No reimbursement will be made for any costs associated with information provided in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. 1. Must be an existing third-party mitigation provider (for example have an approved instrument for the mitigation bank or in-lieu fee program) within the Yazoo River Basin, additional preference for the Yazoo Backwater area will be considered (33 CFR 332). Applicable documentation establishing current eligibility is required to be summitted. 2.If approved mitigation banking or in-lieu fee program instrument is not already approved, it must be eligible for approval by 1 September 2025. Documentation of an approvable plan must be included with the response to this sources sought announcement. Lack of proper documentation will preclude further evaluation. 3.Must be able to provide up to a final total of 27,706 Functional Units comprising of 27,354 Average Annual Functional Capacity Units (AAHFC) as a wide-ranging mitigation requirement and 352 Average Annual Habitat Units (AAHU) for direct Shorebird Habitat mitigation with a minimum single order minimum of 250 Functional Units. Differing credit types may be required under a single order. An Indefinite Delivery Indefinite Quantity (IDIQ) type contract is anticipated with 5-year ordering period. All functional units must be completed by 2030 or three years after a specific order whichever is later. All dates are subject to adjustment based on the needs of the government. 4.Meet the program requirements as outlined in the projects approved instrument including real estate protections and financial assurance accounts. 5.Must adhere to the commitments outlined in the approved Final Environmental Impact Statement and associated agency agreements. Responses to this Sources Sought will not be considered responses to a future solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation because there is no bid package or solicitation at this time. Information regarding the technical point of contact will not be given and no appointments for presentations will be made. The general scope of this market research is to identify sources for available and potential compensatory mitigation credits certified by the U.S. Army Corps of Engineers (USACE). This request for information does not constitute market research to create or manage a mitigation bank for the USACE as the propriety sponsor, but is focused on acquisition of credits. The primary need is for credits that can serve as compensatory mitigation for the unavoidable loss of both forested and agricultural wetlands. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid(IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely with in the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df9a90b90e5b467092c4f6d781fe385d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07413497-F 20250419/250417230051 (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.