Wetland Mitigation Services, Rouses Point New York
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Jun 14, 2023 09:18 am EDT
- Original Published Date: Jun 01, 2023 04:22 pm EDT
- Updated Response Date: Jun 15, 2023 04:00 pm EDT
- Original Response Date: Jun 15, 2023 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Jun 30, 2023
- Original Inactive Date: Jun 30, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: F113 - ENVIRONMENTAL SYSTEMS PROTECTION- WETLANDS CONSERVATION AND SUPPORT
- NAICS Code:
- 237 - Heavy and Civil Engineering Construction
- Place of Performance: Rouses Point , NYUSA
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 ½ 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://sam.gov/content/help
INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO THIS NOTICE TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION.
Attachments/Links
Contact Information
Contracting Office Address
- ONE WORLD TRADE CENTER
- NEW YORK , NY 10007
- USA
Primary Point of Contact
- Claudia Rivera
- claudia.rivera@gsa.gov
- Phone Number 2122645244
- Fax Number 2122640588
Secondary Point of Contact
- Sonah Lee
- sonah.lee@gsa.gov
- Phone Number 347 205 1469
History
- Jun 30, 2023 11:56 pm EDTPresolicitation (Updated)
- Jun 29, 2023 01:22 pm EDTSolicitation (Original)
- Jun 01, 2023 04:22 pm EDTPresolicitation (Original)