Bayou Caddy Ecosystem Restoration (Shoreline Stabilization) project
ID: W9127824Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT MOBILEMOBILE, AL, 36628-0001, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting quotes for the Bayou Caddy Ecosystem Restoration project, specifically targeting invasive vegetation control in a 22-acre restored marsh in Hancock County, Mississippi. The primary objective is to execute a one-time herbicide treatment to manage the invasive phragmites species, with the potential for follow-up treatments based on effectiveness, while ensuring minimal impact on existing marsh plantings. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small enterprises and ecological restoration efforts. Interested contractors must submit their quotations via the PIEE Solicitation Module by October 24, 2024, and can direct inquiries to Katie Niles at katie.niles@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil for further clarification.

    Files
    Title
    Posted
    The Bayou Caddy Ecosystem Restoration Project, located in Hancock County, Mississippi, involves invasive vegetation control to address the proliferation of phragmites in a restored 22-acre marsh area. The project aims to enhance native vegetation and improve habitat quality through a one-time herbicide treatment. The contractor will prepare a detailed work plan outlining equipment, herbicide methodologies, and treatment locations, followed by the application of herbicide targeting phragmites growth. This targeted control aims to prevent damage to existing marsh plantings. Following treatment, the contractor must submit a comprehensive report detailing the application process, equipment used, and findings. To ensure timely management and oversight, detailed schedules for plan and report submissions are stipulated. The project emphasizes effective collaboration among biologists and contractors, showcasing the government's commitment to ecological restoration and invasive species management.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide serves as a comprehensive manual for vendors wishing to participate in the U.S. Department of Defense (DoD) solicitations. It outlines the self-registration process for new users and the steps for existing users to add roles within the PIEE platform, specifically the Proposal Manager and Proposal View Only roles, critical for engagement in solicitations. The guide includes detailed, step-by-step instructions to facilitate user registration, profile completion, and the addition of required roles. It also stresses the importance of accurate submission of user information and compliance with security measures, including password management and justification for access. Additionally, the guide provides links for finding an Account Administrator, as well as technical support information for unresolved issues. A Roles and Actions/Functions Matrix delineates the functionalities associated with each vendor role, clarifying the actions permitted, such as submitting offers or creating unsolicited proposals. This document supports the DoD’s objective of streamlining the procurement process while ensuring security and efficiency in capturing solicited proposals from industry partners.
    The document outlines the process for submitting proposals for federal solicitations through the Procurement Integrated Enterprise Environment (PIEE). It details the steps a Proposal Manager must follow to access the Solicitation Portal, including logging in and locating specific solicitations using various search criteria such as solicitation numbers, dates, product codes, and more. After finding a relevant solicitation, the Proposal Manager can view its details and required attachments. To submit an offer, the Proposal Manager must select the applicable CAGE Code, upload necessary documents while adhering to naming conventions, and ensure attachments do not exceed the size limit of 1.9 GB. Once all necessary information is entered and attachments are added, the Proposal Manager can finalize the submission by selecting the Post Offer button, which generates a confirmation of the submission date and time. Additionally, if needed, the Proposal Manager can withdraw the submitted offer before the solicitation closing date. This document serves as a critical guide to ensure compliance and efficiency in the proposal submission process for federal grants and contracts.
    The document details a Request for Quotation (RFQ) for a federal project concerning the Bayou Caddy Ecosystem Restoration, specifically focusing on invasive vegetation control. The U.S. Army Corps of Engineers (USACE) Mobile District seeks quotes for herbicide treatment to manage phragmites, an invasive species affecting a 22-acre restored marsh. This procurement is designated as a 100% small business set-aside under simplified acquisition procedures, and the solicited work involves a one-time treatment with potential follow-up interventions. Quotations must be submitted through the PIEE Solicitation Module by October 24, 2024, with requirements specified for quote contents, including firm details and acknowledgment of RFQ amendments. Offers will be evaluated based on price and technical acceptability. The document underscores the importance of compliance with FAR and DFARS provisions. Contact information for inquiries is provided, ensuring that potential contractors can seek clarification as needed. This RFQ exemplifies the government's process for soliciting bids on environmental restoration projects, emphasizing commitment to ecosystem management and support for small businesses.
    The document outlines a Federal Request for Proposals (RFP) for herbicide treatment focused on invasive vegetation control as part of the Bayou Caddy Ecosystem Restoration project in Mississippi. The contractor is tasked with removing phragmites, an invasive species threatening the restored marsh. Key objectives include enhancing native vegetation and improving habitat quality. The work involves developing a project plan detailing methodologies and equipment, executing herbicide applications, and submitting detailed reports post-treatment. Proposals must be submitted by October 24, 2024, at 4:00 PM, with evaluation based on the lowest price technically acceptable criterion. The initiative aims to extend the marsh's longevity and enhance its ecosystem through strategic vegetation management, reflecting the government's commitment to environmental restoration and sustainable project execution. The RFP includes stipulations and compliance clauses, reinforcing the focus on responsible contracting practices for federal projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Morganza to the Gulf Reach A, Phase I, Bottomland Hardwood Coastal Zone, U.S. Army Corps of Engineers, New Orleans District
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New Orleans District, is seeking proposals for the purchase of Bottomland Hardwood (BLH) mitigation bank credits as part of the Morganza to the Gulf Reach A, Phase I Project. This procurement aims to mitigate unavoidable habitat impacts resulting from the construction of the MTG Project by acquiring LaDENR approved BLH credits to compensate for impacts in the Terrebonne Basin. The total estimated value of this contract is between $100,000 and $250,000, and a Request for Proposal (RFP) is expected to be issued on or about November 6, 2024. Interested vendors must be registered in the System for Award Management (SAM) database and can contact Evan Woitha at evan.g.woitha@usace.army.mil or Anedra Baldwin at anedra.a.baldwin@usace.army.mil for further information.
    Sources Sought Notice - Beach and Dune Improvements in Hancock County, Mississippi
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Mobile District, is seeking information from qualified contractors for a prospective procurement related to beach and dune improvements in Hancock County, Mississippi. The project involves constructing a 150-foot-wide beach berm and a 70-foot-wide vegetated dune field, requiring approximately 350,000 cubic yards of material to be transported from an upland commercial pit. This initiative is crucial for enhancing coastal resilience and environmental conservation, with an estimated construction cost ranging from $10 million to $25 million and a project duration of three years. Interested firms must submit their qualifications electronically by 2:00 p.m. CT on October 31, 2024, to the designated contacts, Elizabeth Trimble and Elisha Couch, at the provided email addresses.
    Herbicide Treatment of Invasive Annual Grass
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide treatment services for invasive annual grasses within the Vale District of Oregon, following recent wildfire incidents. The procurement involves applying herbicides across approximately 99,950 acres, with a focus on managing post-fire vegetation and facilitating future planting efforts. This initiative is critical for ecological restoration and effective land management, ensuring the rehabilitation of affected landscapes while addressing safety and environmental concerns. Interested contractors must submit their quotations by October 8, 2024, and can direct inquiries to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    Mississippi River, Baton Rouge to Gulf of Mexico New Orleans Harbor Cutterhead Dredge Contract No. 2-2023 (OM23136)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Mississippi River, Baton Rouge to the Gulf of Mexico, Saltwater Barrier Sill. The contractor's plant will be used in connection with the construction of a saltwater barrier sill located on the Mississippi River. The work involves placing hydraulically dredged material from a borrow area on the river bottom. The estimated completion time is 64 calendar days. The estimated value of the work is between $5,000,000.00 and $10,000,000.00. The solicitation documents will be posted on SAM.gov. Interested vendors are encouraged to register on SAM.gov. Bidders must be registered with SAM to receive a government contract award. Contact Jason Crockett at jason.d.crockett@usace.army.mil for more information.
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Kansas City District, is soliciting bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at various locations including Mullanphy Bend and Weldon Springs. The project entails dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is unavailable. This initiative is crucial for maintaining navigability on the river and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with a firm-fixed-price award anticipated between $5 million and $10 million. Interested contractors can reach out to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil for further details.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2023 {OM23007)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for dredging facilities. The project involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about February 18, 2023, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Forest Improvement Herbicide- Fort Drum
    Active
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge Rental No. 2-2019. Specification No. OM-19-276
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a cutterhead dredge rental for maintenance dredging along the Mississippi River, specifically from Southwest Pass Mile 6.0 AHP to Mile 19.5 BHP. The dredge should have a discharge size of 30 inches or greater inside diameter (ID). The work will be performed in the Mississippi River SWP Area and possibly in other areas of the New Orleans District. The estimated value of the work is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about October 31, 2018. This is an UNRESTRICTED procurement. Interested vendors are encouraged to register on FedBizOps and must be registered with the System for Award Management (SAM) to receive a Government contract award.
    Mississippi River, Baton Rouge to the Gulf of Mexico, Saltwater Barrier Sill, Cutterhead Dredge Contract Nos. 3-2023
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Mississippi River, Baton Rouge to the Gulf of Mexico, Saltwater Barrier Sill. The contractor's plant will be used in connection with the construction of a saltwater barrier sill located on the Mississippi River. The work involves placing hydraulically dredged material from a borrow area on the river bottom. The estimated completion time is 64 calendar days. The estimated value of the work is between $5,000,000.00 and $10,000,000.00. The solicitation documents will be posted on SAM.gov. Interested vendors are encouraged to register on SAM.gov.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking Other Heavy and Civil Engineering Construction services for the Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area project in Plaquemines Parish, Louisiana. The work involves the removal and disposal of material within the Hopper Dredge Disposal Area (HDDA) Borrow Site and restoration areas. The estimated construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about July 11, 2024, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov and are encouraged to register as an Interested Vendor on beta.SAM.gov. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.