Similar Projects
Last Updated | 10/16/2023 02:09 PM |
Project Title | RFQ Contractor - Spring Creek North Ecosystem Restoration |
Physical Address | View project details and contacts |
City, State (County) | New York, NY 11210 (Kings County) |
Category(s) | Heavy and Highway, Single Trades |
Sub-Category(s) | Environmental, Site Development |
Contracting Method | Competitive Bids |
Project Status | Request for Qualifications, Construction start expected October 2025 |
Bids Due | View project details and contacts |
Estimated Value | $25,000,000 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | THIS IS A SOURCES ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AT THIS TIME. HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION. The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in small business, certified 8(a) serviced by SBA districts within Region 1-New England, Region 2-Northeast and Region 3-Mid Atlantic, certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for work on a construction contract involving restoring degraded ecosystem structure, function, and dynamic processes to more natural conditions. This will be accomplished by excavating and re-contouring uplands to intertidal elevations; re-contouring existing wetlands to improve hydrologic conditions and wetland function; removing invasive vegetation; and replanting with native plant species. The NAICS Code is 237990. No awards will be made from the responses to this synopsis. No solicitation will be at this time. Responses will be used to determine appropriate acquisition decisions for a future procurement. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The New York District, U.S. Army Corps of Engineers (District) is preparing and specifications for the restoration of degraded ecosystem. The overall project purpose is to improve the environmental quality (water, diversity, and wildlife habitat) of Spring Creek, its tributary Ralph's Creek, and their associated salt marshes, as part of the overall Jamaica Bay ecosystem. This would be accomplished by excavating and re-contouring uplands to intertidal elevations; re-contouring existing wetlands to improve hydrologic conditions and wetland function; removing invasive vegetation; and replanting with native plant species. The Project would restore approximately 43.2 acres of degraded habitat to 0.7 acres of low marsh, 12.9 acres of transitional and high marsh, 5.2 acres of scrub shrub wetland, 11.3 acres of maritime grassland, 3.4 acres of maritime scrub shrub upland, and 9.7 acres of maritime forest. The estimated construction cost is between $10 million to $25 million. OPERATIONAL CONSTRAINTS The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project. The Contractor shall prepare and submit an all-inclusive work plan to the government for approval prior to mobilization. SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following questions. At the end of this survey you will be asked to provide your comments. General 1. Name of responding firm with address, phone number, point of contact and address. 2. Identification and verification of the company as a: a. Small or large business firm as defined by SBA, or b. Certified HUBZone firm, or c. Service-Disabled Veteran Owned Small Business (SDVOSB) firm, or d. SBA certified 8(a) firms serviced by SBA districts within Region I-New England, Region II-Atlantic, and Region III-Mid Atlantic 3. A CAGE Code and DUNS Number for the firm. 4. Statement of Interest: Please indicate if your firm is willing to submit an offer for the contract described above. If not, please explain why not. 5. Indicate if your firm would be bidding on this contract as a contractor, prime contractor with subcontractor(s), or as a joint venture. 6. Indicate if there is a dollar limit on the size contract that you would 7. Indicate Bonding Capacity: per contract and total bonding capacity. 8. Qualification Criteria: Responses to this sources shall provide information that indicates the contractor has the experience to perform the work as specified above. Include: a) Ecosystem restoration construction experience similar in nature to this project. Please describe the project and for whom the work was performed. Identify a point of contact and phone number. b) Experience with wetland restoration through thin-layer placement similar in nature to this project. Please describe the project and for whom the work was performed. Identify a point of contact and phone number. c) Experience with tree removal similar in nature to this project. d) Experience with the New York State Department of Environmental Conservation and New York City Agencies permit requirements for working in wetlands, transition areas, and riparian zones, and monitoring (air quality, noise, species noted in permit, i.e. bald eagles, osprey, seabeach amaranth, seabeach knotweed, red knots, piping plovers). Experience with environmental regulations and requirements, including but not to: the Migratory Bird Treaty Act; Endangered Species Act for both federal and state listed endangered species and threatened species; Clean Air Act; Clean Water Act; etc. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed, listing any permits the project adhered to, as well as describing the outcome of the project, especially as it relates to permit compliance and environmental best practices. e) Type of heavy construction equipment you own and/or operate that is suitable for the work described. For each item of equipment that you list, please specify its load capacity, modifications and any other relevant characteristics. 9. The interested contractor should list the percentage and type of work that they will self perform. Interested responders should refer to the following FAR Clauses to see the Limitations on Subcontracting that pertain to specific -asides: FAR 52.219-14 (Pertains to Small Business and 8(a) -asides). FAR 52.219-3 (Pertains to HUBZone -asides). FAR 52.219-27 (Pertains to Service-Disabled Veteran-Owned Small Business Setasides). 10. Contractor's comments or recommendations. Please provide, if any. Please note that this notice is not a commitment on the part of the Government to a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for , nor does it restrict the Government to an ultimate acquisition approach. The Government should not construe this Sources Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submit three (3) Survey Questionnaires by E-mail to: Michael.l.mccue@usace.army.mil Survey Questionnaires will not be accepted after 4:00 pm on the original response date shown in the advertisement on SAM.gov. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the qualifications statements will not be accepted. The Method of Contractor Selection has not been determined at this Time. *The for this project is based on a financial range. The is listed as the highest possible cost from the range provided by a stakeholder or official project document. |
||||
Details |
|
||||
Bidder's List | View project details and contacts | ||||
Prospective Bidders | View project details and contacts | ||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |