Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOURCES SOUGHT

F -- POPLAR ISLAND – CELLS 5AB & 3C WETLAND PLANTING - W912DR-17-S-0017

Notice Date
5/9/2017
 
Notice Type
Sources Sought
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-S-0017
 
Point of Contact
Tolulope. O. Olojo, Phone: 4109625611
 
E-Mail Address
Tolulope.O.Olojo@usace.army.mil
(Tolulope.O.Olojo@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE which serves as a market research tool to obtain information from industry and will be used for preliminary planning purposes. Only firms who respond to this announcement by submitting the requested information will be considered in determining whether to set-aside this requirement for small business concerns. THIS IS NOT A SOLICITATION FOR PROPOSALS, QUOTATIONS, OR BIDS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information. Respondents will not be notified of the results of this notice. Project Description Poplar Island is a cost shared civil works project between the Corps of Engineers and the Maryland Port Administration. The project is located on Poplar Island, within the Chesapeake Bay, approximately 20 minutes by boat from Tilghman Island, Maryland. Poplar Island is a Civil Works construction project that started in 1999 and is currently projected for completion in 2034. Poplar Island's mission has a dual purpose of providing a safe haven for endangered species as well as providing a placement site for the approved EPA CLEAN dredged materials from approved shipping channels in the Chesapeake Bay. This contract is an essential element to the overall construction project and will complete two wetland cells 5A and 5B (85 acres) and a portion of Cell 3C (12 acres) by planting a variety of over 380,000 wetland plants. Bird deterrent will be required. All the work in this contract will be on Poplar Island. All utilities, transportation and anything else needed to complete the contract are the responsibility of the contractor. This contract will complete the final step in the creation of the three wetland cells, cells 5A, 5B and 3C. Upon completion, the wetland cells will attract species of birds, fish, turtles and other animals. Government Supplied Materials Plans and Specifications Project Assumptions Contractor is required to supply all costs, materials and transportation to complete the services of the Government furnished plans and specifications. Contract Deliverable Provide a completed project per the Government supplied plans and specifications. Any interested large business or interested qualified Small Business (SB), Small Disadvantaged Business (SBD), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZONEs), or Qualified 8(a) certified firms should submit a concise narrative and specific project examples of similar size and scope that demonstrated their specialized experience and technical competency. Responses should include the following: 1. Company name, address, phone number and email address of the point of contact. 2. Indicate business size in relation to the NAICS code 115112. Provide your company's System for Award Management (SAM) cage code and DUNS number to verify your business status as a qualified Large Business, Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of bid/proposal due date. Please see www.sam.gov for additional registration information. 3. Indicate the primary nature of your business. Narratives shall be no longer than three (3) pages demonstrating experience in the type of work required. 4. Provide at least two (2) but no more than three (3) examples of projects similar to requirements described above within the past five (5) years. 5. Total submittal shall be no longer than five (5) pages in one (1).pdf file. 6. Email responses are required. Comments will be shared with the Government and the project team, but otherwise will be held in strict confidence. Comments may be in any format, but must include the offeror's name, address, phone number, email address, and business classification (i.e., 8(a) HUBZone, etc.) Responses are to be sent via email to Tolulope.o.olojo@usace.army.mil no later than 12:00 PM EST, 22 May, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-S-0017/listing.html)
 
Place of Performance
Address: POPLAR ISLAND TALBOT COUNTY, MARYLAND, Maryland, United States
 
Record
SN04501073-W 20170511/170509234839-6af98ada21afd0206ef353684b74c24c (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.