Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2012 FBO #4002
SOURCES SOUGHT

F -- Ecosystem Restoration Planning and Monitoring Services

Notice Date
11/6/2012
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606, United States
 
ZIP Code
60606
 
Solicitation Number
W912P6-13-S-0003
 
Point of Contact
Elizabeth C. Newell, Phone: 312-846-5370
 
E-Mail Address
elizabeth.c.newell@usace.army.mil
(elizabeth.c.newell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of capable Firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not commit the government to contract for any engineering service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: The government has need for technical services. The services may be acquired under an indefinite-delivery, indefinite-quantity task order contract. Ecosystem Restoration Planning and Monitoring: The work may include ecosystem evaluation; plant identification and inventories; qualitative and quantitative assessment of high quality vegetative communities and restored native vegetative communities within Northeast Illinois and Northwest Indiana; preparing detailed vegetative monitoring reports; evaluating performance criteria; comparing vegetation assessment results with performance criteria; floristic data analysis; environmental designs and studies; habitat enhancement; wetland construction and enhancement. The contractor will be required to have the disciplines and skills to study and design wetland restoration projects within Northeast Illinois and Northwest Indiana. The contractor will be required to have evaluated and monitored at least 3 natural areas restoration projects within the lower Lake Michigan region (IL, IN and WI) that are at least three years old, at least 30 acres in size, and used only native/local source plant species (pastures, erosion control, highway, and similar projects do not qualify). The work requires professionals in the following fields: botany, plant taxonomy, and wetland ecology Type of work: Ecosystem Restoration projects Quantity of work: Workload will be approximately $500,000 per year over 5 years. The contractor may be required to complete multiple task orders in the range of $10,000 to $100,000 each, with overlapping deadlines. SCOPE OF INTEREST: The USACE-Chicago District is searching for contractors interested in competing for all of the requirements of Ecosystem Restoration Planning and Monitoring Services described above. REQUESTED INFORMATION: Since this notice is being used to assess the extent of Firms interested in fulfilling the government's requirements, this Agency requests that interested contractors respond to the following questions to assist the government in its efforts. 1) Is your company capable of performing all of the work described above and interested in competing for it? 2) Is your company currently registered with the System for Award Management (SAM) Database? If not, has it been registered or does it plan to register? 3) In consideration of NAICS code 561730, with a small business size standard in dollars of $7.0 Million, which of the following small business categories is your business classified under, if any? Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4) Is your company currently prohibited from doing business with the Federal Government? Yes / No (If yes, explain.) SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to prior to 4:30 p.m. (CDT) on 16 November 2012, via email to Elizabeth Newell at: elizabeth.c.newell@usace.army.mil (ensure that the number of the Sources Sought Notice of "W912P6-13-S-0003" is included in the subject line of the email). Or, Respondents are welcome to send their submittals to: Elizabeth C. Newell, Deputy Chief, Contracting Branch, via FAX to: 312-886-5475 (please mark the transmittal form with the sources sought announcement number W912P6-13-S-0003). POINT OF CONTACT for this action is Elizabeth Newell; telephone: (312) 846-5370.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-13-S-0003/listing.html)
 
Place of Performance
Address: Chicago, Illinois, 60606, United States
Zip Code: 60606
 
Record
SN02925456-W 20121108/121106234340-55d9c73a5a09c80128da40f83e722bb7 (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.