Description THIS IS A eBUY Request for Information for a tentative requirement. This notice DOES NOT constitute a request for offers or proposals, nor does it represent any commitment by the Government. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government is not obligated to and will not pay for information received because of this announcement. General Information 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. The new facility will replace the existing LPOE in Rouses Point, which is south of the border on NYS Route 11. It has been determined that the new location will have impacts to U.S. associated wetlands. The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region is seeking qualified Wetland Mitigation contractors who can 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. The wetland mitigation contractor will be selected through a procurement method developed in accordance with FAR Part 15.1 Source Selection Processes and Techniques, using Best Value -Trade Off Method. The Government must ensure that there is adequate capability, experience, and competition among the potential pool of responsible contractors. This procurement will be conducted under North American Industry Classification System This procurement will be conducted under North American Industry Classification System NAICS CODE: 562910 - Remediation Services. The Small Business size standard is an average annual sales and receipts for the past three years that are equal to or less than $22,000,000. GSA anticipates the award of a single Prime Contract at a firm-fixed price. This award is subject to the availability of funds. CONTRACT TYPE This contract is a firm-fixed price contract. The services required shall include, but shall not be limited to, the following: Contract Management Creation of a Wetland Mitigation Plan / design services Land Acquisition Construction Services for Wetland Mitigation including Materials, Supervision. Land Acquisition. Professional Inspection, Testing and Maintenance The period of performance will be approximately twelve (12) months. The magnitude of construction for this project is between $500,000 and $1,000,000. PROJECT OBJECTIVES The objective of the wetland mitigation is to evaluate onsite opportunities as well as using an off-site private land source for the restoration, creation and / or preservation of wetlands, and adjacent areas to satisfy regulatory mitigation requirements. Restoration approaches that may be applied but not limited to for this project are provided below: Creation: Making a new wetland, usually by flooding or excavating lands that were not previously occupied by a wetland. Creation can include re-establishment of trees and shrubs in areas currently devoid of woody vegetation. Restoration: The reclamation of a degraded wetland to bring back one or more functions that have been partially or completely lost. Enhancement: The alteration of an existing functional wetland to increase selected functions and benefits to a degree that offsets losses of these functions or benefits in another wetland or parts of the same wetland. 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 Contracting Officer and the COR/PM must approve all proposed changes to the Scope of Work. PROJECT REQUIREMENTS Base Bid The contractor shall provide full turnkey 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 impact 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. The contractor shall: Procure, own and maintain land to be in compliance with existing New York State, U.S. Environmental Protection Agency (EPA) and U.S. Army Corps of Engineers (USACE) compensatory mitigation of wetlands. Analyze the Rouse's Point LPOE project's impacts and create a wetland mitigation plan in compliance with regulatory requirements. Prepare and submit wetland permit applications for state and federal agencies (USACE & NYSDEC). Create a detailed wetland design. The design shall include a Storm Water Prevention Plan (SWPPP) for the wetland construction phase that follows the requirements of the NYS General Permit for Construction Activities. The plan shall utilize best management practices as contained in the New York State Blue Book. Construct wetlands concurrently with the LPOE construction per approved design identified within the base bid. Provide ongoing oversight 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. Responses If you are an interested contractor, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following information (five-page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm's capability to perform this project. 1) Name of your company, Unique Entity Identifier (UEID), address, point of contact with phone number and email address, and website (if available). 2) Provide your company's business size for the assigned NAICS code, which can be located at the Small Business Administration (SBA) website; www.sba.gov. In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and/or Women-Owned Small Business. 3) Capabilities and experience with Federal or similar projects for wetland mitigation construction valued at or above $500,000.00. Interested contractors should have experience in wetland mitigation construction, site development on an environmentally sensitive site. Project experience working on a NYS DEC or Federally Regulated Wetlands will be helpful. Submitted references should highlight relevant construction projects within the past ten (10) years. Provide a minimum of two successful project examples that demonstrate experience delivering construction services as the general contractor for projects similar in size and scope to this project. Project examples showing experience as a construction manager or similar consulting role will not be considered as relevant general contractor experience. Provide the following information for each example: project description, schedule, safety record, scope of construction services; price or budget at award; and final contract value after adjustments. Indicate whether liquidated damages were assessed due to late completion. GSA highly recommends that pictures be submitted with each example to demonstrate before and after conditions. 4) State your company's bonding capability. 5) If your company is/will be part of a joint venture, state the name(s) of the joint venture members and the business size(s) of each. 6) Is your company able to: Procure, own and maintain land to be in compliance with existing New York State, U.S. Environmental Protection Agency (EPA) and U.S. Army Corps of Engineers (USACE) compensatory mitigation of wetlands. Provide ongoing oversight 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. Submission Instructions: Responses are due on April 19, 2023 to Claudia Rivera, Contracting Officer, at claudia.rivera@gsa.gov no later than 4 P.M. All responses must be submitted via email. No paper submissions will be accepted. For informational purposes: All offerors are required to have an active registration in the System for Award Management (www.sam.gov) at the time of offer submission. Note: Each response will be reviewed by the Contracting Officer for the purpose of determining interest and qualifications in performing the work as listed above. All information furnished to the Government in response to this notice will be used for review purposes only. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. Incomplete responses will not be considered in determining market availability.