SOLICITATION NOTICE
Y -- Milwaukee Dock Eelgrass Restoration on Bainbridge Island, WA
- Notice Date
- 8/17/2011
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-11-B-0005
- Response Due
- 9/30/2011
- Archive Date
- 11/29/2011
- Point of Contact
- BOBBIE WEITZEL, 206-764-6692
- E-Mail Address
-
USACE District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The overall objective of the project is to restore critical benthic spawning habitat to migratory salmonids and other local fauna through the restoration of eelgrass beds. The Contractor is advised that the contract work will consist of placement of material into depressions at the historical Milwaukee Dock site, offshore of the Wyckoff Superfund Site located on Bainbridge Island, Bainbridge, Washington. The work will be conducted under the USACE Interagency and International Support (IIS) program. The work includes labor, materials, tools, equipment, supplies, testing, transportation, services, and superintendence for the Contractor to perform sediment placement at the Milwaukee Dock site. The Base Items of this Contract include the following work: a. Water quality (Environmental) Testing to ensure WA standards are maintained throughout the construction period. b. Quality control testing to identify material being placed matches the native eelgrass bed composition. c. Acquisition and placement of clean sediment. d. Placement and maintenance of silt curtain throughout project. e. Pre- and Post-construction bathymetric surveys to validate placement of material. The magnitude of construction is $1,000,000 to $5,000,000. Project is open to small business. The North American Industry Classification System (NAICS) Code is 237990 with a size standard of $33.5 million. For the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-866-606-8220. Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the posting of this synopsis. Pursuant to FAR, the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The solicitation due date will be noted on the solicitation at the time of issue. There is no technical information available until the issue of the solicitation via the Internet. At this time, the Real Estate Certificate and Project Partnership Agreement (PPA) have not yet been approved / executed. A contract award may or may not result from this solicitation. All costs associated with compiling proposals are at the contractor's own expense. Additional contracting opportunities will be found at ASFI (https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 ) The solicitation will be available for download on or about September 1, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-B-0005/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02537573-W 20110819/110817235018-755617499b7bb732fa87839828464f7d (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 |