SOLICITATION NOTICE
F -- CADY MARSH DITCH MITIGATION IMPLEMENTATION OF WET SAVANNA AT LCR
- Notice Date
- 6/5/2008
- Notice Type
- Presolicitation
- NAICS
- 813312
— Environment, Conservation and Wildlife Organizations
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineer, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606
- ZIP Code
- 60606
- Solicitation Number
- W912P6-08-R-0018
- Response Due
- 6/23/2008
- Point of Contact
- Regina G. Blair,, Phone: 3128465371, Anita R. Simpkins,, Phone: 312-846-5372
- E-Mail Address
-
regina.g.blair@usace.army.mil, anita.r.simpkins@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- By way of this Notice and in accordance with the provisions of FAR 6.302-1, the Chicago District, US Army Corps of Engineers, announces its intentions to award a sole source contract to Renewable Resources of 265 Dean Road, Barnesville, Georgia. Services to be acquired pertain to the mitigation of wetlands in T36N; R8W; S19, which is located between Clark Road and Chase Street in the city of Gary, Lake County, Indiana. This work will constitute fulfillment of mitigation requirements for the Cady Marsh Ditch deep tunnel project at Arbogast Street in Griffith, Indiana. UNDER THE CONTRACT SET, the Contractor will responsible for providing all necessary labor, equipment, facilities and materials to perform the following work: PHASE I WORK: Restore 2 acres of native wet savanna, including the clearing, herbiciding and removal of invasive woody and herbaceous plant material and the seeding and planting of native species; and PHASE II WORK: Monitor and Maintain the 2-acre wet savanna planting for a period of 5 years from the date of contract award. To its credit, Renewable Resources has a broad knowledge base in the area of wetland mitigation. As the original service provider to the Chicago District-USACE, Renewable Resources performed mitigation work at the 2-acre Cady Marsh Ditch (CMD) mitigation site. The site is isolated and has no access except directly through the adjacent 89-acre Little Calumet River mitigation project, which is currently being implemented and maintained by Renewable Resources and nearing completion (Plate 1). Renewable Resources has demonstrated that they have the capability and expertise to clear, BY HAND, areas that are extensively overgrown by invasive trees and shrubs. The light equipment necessary to undertake such hand clearing (chain saws, loppers, back pack herbicide sprayers) can be carried through the existing mitigation area on foot without harm to the plantings. Mechanical clearing, on the other hand, is not feasible here. It would be impossible to reach the CMD mitigation site with the heavy equipment (tractors, Timber Ax or other type of tree mower/chipper etc.) that typical native plant community restorationists use without causing significant damage to the native wet prairie already established. Award of the CMD mitigation contract to Renewable Resources is in the Government’s best interest because the firm is uniquely qualified to perform the highly complex mitigation work made necessary by unique site conditions. These unique qualifications are demonstrated by their adjacent 89-acre Little Calumet River mitigation work as well as their many years of wetland ecology experience. Awarding this work to a firm that does not hold these unique qualifications would cost the tax payers large sums of money by significantly reducing the likelihood that the CMD mitigation project could be successfully implemented and, furthermore, by jeopardizing the already-established Little Calumet River mitigation project. The period of performance is for approximately 5 years. It is anticipated that the resultant contact will be a firm-fixed price service contract (the proposed contract will also include a liquidated damages clause and the requirement for a performance bond). This notice does not constitute a solicitation for offers, proposals, etc. However, interested firms may send a capabilities statement, including the following information: 1) A brief description of the education and experience of the Project Manager, the Site Supervisor and field staff; 2) A brief description of three (3) natural area restorations, including a discussion of the type of project, size of the project in acres and cost, completed by the interested firm; 3) A brief description of three (3) natural area restorations, including a discussion of the type of project, size of the project in acres and cost, currently being carried out by the interested firm, and 4) A brief discussion of the firm’s natural area assessment abilities. STATEMENTS/RESPONSES TO THIS NOTICE MUST BE RECEIVED NO LATER THAN THE CLOSE OF BUSINESS ON JUNE 23, 2008. Statements should be sent to the attention of Regina G. Blair at regina.g.blair@usace.army.mil; ENSURE THAT THE SUBJECT LINE OF YOUR EMAIL INCLUDES THE TITLE/DESCRIPTION OF THIS ANNOUNCEMENT. Award is anticipated on or about August 15, 2008. This announcement is in accordance with FAR 5.101(a)(1). The point of contact is Regina Blair at (312) 846-5371.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8613f3d664d77f8374994fd05ddf8620&tab=core&_cview=1)
- Place of Performance
- Address: T36N; R8W; S19, located between Clark Road and Chase Street, Gary, Indiana, 46404, United States
- Zip Code: 46404
- Zip Code: 46404
- Record
- SN01587192-W 20080607/080605215405-8613f3d664d77f8374994fd05ddf8620 (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 |