Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2003 FBO #0426
SOLICITATION NOTICE

F -- Bioengineering services at the Cooper River Rediversion Project, St. Stephen Power Plant, St. Stephen (Berkeley County), South Carolina.

Notice Date
1/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers, Charleston - Civil Works, 69-A Hagood Avenue, Charleston, SC 29403-5107
 
ZIP Code
29403-5107
 
Solicitation Number
DACW60-03-T-0004
 
Archive Date
4/15/2003
 
Point of Contact
Grace Dorn, (843) 329-8085
 
E-Mail Address
Email your questions to US Army Corp of Engineers, Charleston - Civil Works
(Grace.Dorn@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The U.S. Army Corps of Engineers, Charleston District, is considering the award of a contract to Clemson University, Clemson, South Carolina. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to this requirement. This notice of intent is not a request for competitive proposals. Information received will be considered solely f or the purpose of determining whether to conduct a competitive procurement. NAICS code for this project is 541690. Work is located in the area of the Intake Canal of the St. Stephen Power Plant, and is as follows. Analyze and select sites suitable for bi oengineering procedures. Contractor shall select design and plant materials that are suitable to the site or sites with regard to flooding tolerance, drought conditions, and soil types and which can be obtained on a large scale. Plant material shall not b e of a noxious nature. Contractor shall design and write specifications for three types of procedures for use in this contract and which can be used in contracts on a large scale for future projects. Each site must be 30 feet in length or a length which i s suitable to make the procedure work. Contractor will secure the project and existing plant test site to prevent any damage from lawn equipment. After installation, contractor will monitor/study the site on a monthly basis for stability, plant growth, wi ldlife habitat benefit, erosion reduction and sediment deposition/retention, and make recommendations for adjustments if needed to make the project a success. At the end of the project, the contractor shall prepare a report using Power Point, create poste rs, and prepare a paper for the Charleston District, Corps of Engineers, for scientific/engineering presentation and for use on a web site. The posters shall show before, during, and after pictures of the Bioengineering Project with planting results. The Power Point and paper shall contain the site selections, designs, maps, specifications, installations, and results on plant material and fabrics/structures used, stability, plant growth, wildlife habitat benefit, erosion reduction and sediment deposition/ retention and what recommendations for adjustments were used to make the project a success. The report shall also include species benefited, biodiversity improvement issues, and habitat created, and shall have a cost comparison of each design used and a c omparison to only riprap/filter fabric. The contractor shall include a maintenance plan for each bioengineering application. This shall include structural and plant material maintenance, such as fertilizing, liming, and any other practice or procedure ne cessary to maintain a healthy/effective project. Papers, posters, Power Point presentations and web-site information shall remain the property of the Government. Contractor shall have expert knowledge of local plant material. EXPERIENCE: Contractor mus t specialize in bioengineering which entails streambank/shoreline environmental restoration. Must have worked on reservoir shoreline erosion which has water-elevation changes similar to this project. This project is unique because of fast water level dra wdowns and rises of lake levels due to Power House usage. This creates unusual circumstances, such as shoreline sloughing and current impact on the intake canal and pool area shorelines. Contractor must have worked with plant material and be familiar wit h soils and be knowledgeable with the most recent bioengineering designs that are applicable to this area. Contractor must have extensive experience with vegetation management and expert knowledge and experience in bioengineering design and plant species g rowing and planting requirements needed for this procedure. CONTACT PERSON FOR THIS PROCUREMENT: Interested parties may fax their comments or requests to 843- 329-2320 (attention: Grace Dorn).
 
Place of Performance
Address: US Army Corp of Engineers, Charleston - Civil Works 69-A Hagood Avenue, Charleston SC
Zip Code: 29403-5107
Country: US
 
Record
SN00249781-W 20030201/030130213512 (fbodaily.com)
 
Source
FedBizOpps.gov 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.