Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2009 FBO #2720
SOLICITATION NOTICE

Z -- Red Mill Pond Section 506, Great Lakes Fisheries & Ecosystem Restoration Project

Notice Date
5/6/2009
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
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
W912P6-09-S-0002
 
Point of Contact
Regina G. Blair, Phone: 3128465371
 
E-Mail Address
regina.g.blair@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of capable Small Businesses (SB) who are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: The work includes removing a section of the dam at the emergency spillway. The notch would be properly stabilized and removed material would be disposed of properly. A new channel would be excavated and sculpted to pass flow from the pond to Little Calumet River. This also includes features such as grade control riffles, temporary erosion control features, and appropriate woody debris and vegetation for stabilization. The length of the new stream channels will be about 450-feet in length. A notched weir structure across the pond where a beaver dam currently sits would be constructed. This structure would ensure that current water levels and fluctuations are maintained. This structure would consist of a sheet pile wall that would be covered in glacial stone, woody debris and/or vegetation to make it look more natural. The small notch would allow a continuous flow down through the created stream channel. The length of the control structure is about 320-feet. Finally, the restoration of native vegetation communities in any area that is directly affected by the dam modification, stream channel formation and water draw down would be implemented. Appropriate vegetation communities would be planted according to hydrology. These are anticipated to be marsh, wet meadow and wet forest type communities. The total area affected is about 4-acres. Three small metal culverts would be replaced with small open bottomed span bridges that would allow vehicles and people to walk the path without fording these small seep streams. By replacing the culverts, stream channel connectivity, hydrology and hydraulics would be restored. Appropriate native seep vegetation would be planted as well. This measure also ensures seeps would remain stable after the dam is bypassed. SCOPE OF CAPABILITIES: The USACE-Chicago District is searching for contractors (SBs) who are capable of installing a sheet pile weir structure; creating a new stream channel with riffle structures ; managing of on site sediment; installing native seed, live plant plugs and rootstock; controlling predators and invasive species during the establishment period; removing three culverts and installing small span bridges over seeps; installing small span bridge; maintaining site cleanliness and safety; quickly responding to problems or issues; and protecting existing high quality resources. REQUESTED INFORMATION: Since this notice is being used to assess the extent of small businesses capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Is your company currently registered with the Central Contractor's Registration (CCR) Database? If not, has it been registered or does it plan to register? 2. In consideration of NAICS code 237990, with a size standard in dollars of $33.5M, which of the following small business categories is your business classified under? Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4. Is your company currently prohibited from doing business with the Federal Government? Yes / No (If yes, explain.) 5. Does your company have experience in steel sheet pile installation? If so, how much? In what type of environments have you installed sheet pile (for example lakes, river, streams, etc.)? Were there any special site conditions on any of the sheet pile installation jobs that made the work especially unique or challenging? 6. Does your company have experience with establishing water bypassing systems meant to dewater sensitive areas, for example near wetlands, sensitive, or failing structures, or in areas where soil condition require special dewatering techniques? 7. Has your company performed any native vegetation establishment jobs within 150 miles of the project area (i.e. in the Chicago or Northwest Indiana region)? What is the scale, in terms of acreage, of the project sites, and what types of work have you been responsible for at those sites, such as, have you completed one of more of the following: •a. Establishment of vegetation (using plugs or seed or rootstock) •b. Invasive species control (what types of predator and/or invasive vegetative controls have you used) •c. Maintenance and monitoring (what techniques has your company used to maintain native plant communities) 8. Does your company have experience with working within a stream, specifically remeandering a stream or establishing a new natural high-gradient stream channel for any other purpose? What types of materials do you have experience using to establish permanent stream beds? 9. Is your company familiar with, or has it installed, riffles and/or boulders in a stream channel for the purpose of creating a riffle/pool system with a stream? 10. Does your company have experience with establishing and using erosion control best management practices on project sites, both temporary and permanent? SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Regina Blair prior to 4:30 p.m. (CDT) on May 22, 2009, via email to: regina.g.blair@usace.army.mil (ensure that the number of the Sources Sought Notice of "W912P6-09-S-0002" is included in the subject line of the email). Or, Respondents are welcome to mail their submittals to: Regina G. Blair, Chief, Contracting Branch, USACE-Chicago District, 111 North Canal Street, Ste #600, Chicago, IL 60606 (p lease mark the submitted information (envelope) with the sources sought announcement number W912P6-09-S-0002). POINT OF CONTACT for this action is Regina Blair; telephone: (312) 846-5371.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b61cee390e1d6278a450953d6de25f1b&tab=core&_cview=1)
 
Place of Performance
Address: County Park, LaPorte County, Indiana, United States
 
Record
SN01810008-W 20090508/090506221111-b61cee390e1d6278a450953d6de25f1b (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 |
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.