Similar Projects
Durkee Street Multi-Residential Development
New Construction, Infrastructure - 300 SF
Conception
$33,900,000 CJ est. value
Plattsburgh, NY 12901

Durkee Street Multi-Residential Development
New Construction, Infrastructure - 300 SF
Conception
$33,900,000 CJ est. value
Plattsburgh, NY 12901

$160M LRD Metal Fabrication, Refurbishment, and Installation Multiple Award Task Order Contracts (MATOCS)
Renovation
Design
$5,000,000 to $20,000,000 est. value

Raw Water Transmission Main
Infrastructure
Bidding
$630,000 CJ est. value
Beekmantown, NY 12901

Raw Water Transmission Main
Infrastructure
Bidding
$630,000 CJ est. value
Beekmantown, NY 12901

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

JOC Order Contracting Region A
Results
$10,000,000 est. value

Job Order Contracting - Regions 2B, 3A, 3B, 4A, 4B, 5 and 6
Results
$2,000,000 to $10,000,000 est. value

Plattsburgh Housing Authority - Robert S. Long Renovations - Bike Repair Shop
Renovation
Construction
$190,719 CJ est. value
Plattsburgh, NY 12901

Cornelia Street Hotel
New Construction, Infrastructure - 64,720 SF
Pending Verification
$15,000,000 CJ est. value
Plattsburgh, NY 12901

Cornelia Street Hotel
New Construction, Infrastructure - 64,720 SF
Pending Verification
$15,000,000 CJ est. value
Plattsburgh, NY 12901

Y-- (MATOC) for Design-Build Construction Services
New Construction, Renovation, Demolition
Post-Bid
$500,000 to $20,000,000 est. value

Construction Services Performed on AJW-242 Unstaffed Infrastructure Sustainment (UIS) Facilities On and Off Airport Operating Areas
Results
Less than $150,000,000 est. value

Banker Road Solar Facility Development
Infrastructure
Pending Verification
$3,000,000 CJ est. value
Plattsburgh, NY 12901

Last Updated 07/20/2023 11:28 AM
Project Title

Wetland Mitigation Services, Rouses Point New York

Physical Address View project details and contacts
City, State (County) Rouses Point, NY 12979   (Clinton County)
Category(s) Government/Public, Green Building, Heavy and Highway, Sewer and Water, Transportation
Sub-Category(s) LEED Certified, Maintenance, Misc. Buildings, Paving/Reconstruction, Railroad/Subway, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Bidding, Request for Qualifications, Construction start expected August 2023
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 06/17/23
Owner View project details and contacts
Architect View project details and contacts
Description

THIS IS A PRE-SOLICITATION NOTICE ONLY. This is not a request for proposal. 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 1/2 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 $500,000 and $1,000,000. Contract Information and Issuance This requirement will be issued FULL AND OPEN COMPETITION. The applicable North American Industry Classification System (NAICS) code is 237990. 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. GSA anticipates issuing the solicitation on or about June 17, 2023, with receipt of proposals at a minimum of thirty (30) calendar days later. 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. 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. The guidelines for registration in SAM are also available at: https://www.fsd.gov/fsd-gov/learning-center-system.dosysparm_system=SAM INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO THIS NOTICE TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

10,000 SF.
Division 03 - Concrete, Concrete Forming and Accessories, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Entrances, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Water-Based Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Packaged Generator Assemblies, Engine Generators, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Clearing and Grubbing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates, Irrigation, Planting.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation.
Division 41 - Material Processing and Handling Equipment, Conveyors.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents