DALLAS FLOODWAY: MITIGATION BANK CREDIT

Agency:
State: Texas
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159071463994511
Posted Date: Mar 4, 2024
Due Date: Mar 19, 2024
Source: Members Only
Follow
DALLAS FLOODWAY: MITIGATION BANK CREDIT
Active
Contract Opportunity
Notice ID
W9126G24R0134
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
W076 ENDIST FT WORTH
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 04, 2024 02:57 pm CST
  • Original Response Date: Mar 19, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F099 - NATURAL RESOURCES/CONSERVATION- OTHER
  • NAICS Code:
    • 523910 - Miscellaneous Intermediation
  • Place of Performance:
    Fort Worth , TX 76102
    USA
Description

SOURCES SOUGHT SYNOPSIS



For



DALLAS FLOODWAY: MITIGATION BANK CREDIT



TRINITY RIVER, FORT WORTH TX



NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE.



This will be an UNRESTRICTED procurement. All qualified business concerns may submit proposals.



NAICS: 523910. Total value is estimated to be more than $400,000.00.



The Fort Worth District, US Army Corps of Engineers (CESWF) seeks to purchase Emergent Wetlands (EW) mitigation bank credits located in the Trinity River Basin watershed, as specified below, to compensate for unavoidable habitat losses caused by the construction of the Dallas Floodway (DF), within the Trinity River Corridor.



As part of CESWF’s plan to mitigate for unavoidable impacts to DF EW habitat associated with the construction of the levees and pump stations, CESWF will purchase EW mitigation bank credits to mitigate DF impacts (U.S. Fish & Wildlife Service) to compensate for impacts in the Trinity River Basin. The bank(s) from which credits will be purchased will be selected through a competitive solicitation/award process. Any mitigation bank meeting the eligibility requirements and having the appropriate resource type of credits may submit a proposal to sell credits. CESWF may enter into one or more contracts to purchase the amount of credits necessary to meet CESWF’s need at the time of purchase; however, CESWF may purchase a lesser quantity of credits than it requires. A separate contract shall be executed for each bank credit purchase. Award will be made based on the lowest-price technically acceptable source selection process.



Currently, CESWF has identified project-related impacts and desires to acquire credits in the amount and type specified below:



USFW-approved EW credits representing 1.9 average annual habitat units (AAHUs) to mitigate for EW impacts caused or to be caused by construction of the Dallas Floodway Project in the Trinity River Corridor. All credit sales MUST be in 1/10th acre increments.



A mitigation bank must meet all of the following qualifications to be eligible to sell credits to satisfy the WSLP Project mitigation requirements. For the proposal to be considered responsive and for the offeror to be considered responsible, the mitigation bank shall:




  • be approved by CESWF and be in full compliance with its Mitigation Banking Instrument (MBI), its other legal instruments (such as its conservation servitude and its financial assurances) and the standards set forth in 33 CFR Part 332; and

  • be physically located within the Trinity River Basin, which together are coextensive with Hydrologic Unit Codes (HUCs): 12030105; and

  • provide the habitat type that matches the habitat type being mitigated; and have mitigation credits assessed using habitat evaluation procedure (HEP) species model developed by U.S. Fish and Wildlife Service; and

  • have a duly-recorded perpetual conservation servitude/easement.



Models used for Civil Works projects are required to be certified by Headquarters USACE Model Certification Panel and comply with the certification criteria presented in EC 1105-2-412. The HEP Model has been certified and this model will be used to assess compensatory mitigation credit values.



To facilitate the solicitation process, CESWF, in conjunction with the U.S. Fish and Wildlife Service, has run the HEP Model on the approved banks in the Trinity River Basin with available EW credits based on information provided by the bank sponsors to CESWF during the bank approval process and continuing compliance reviews. The Emergent Wetland Model results will be included in the solicitation package.



NAICS: 523910. A Request for Proposal (RFP) will be issued on or about 01 April 2024, with a proposal due date established. Actual issue date will be shown when the solicitation is issued. The solicitation documents for this procurement will be posted on the www.SAM.gov website and can be accessed from a link located on this www.SAM.gov website. You will need the Adobe Acrobat Reader for .pdf files (www.adobe.com) in order to open most files posted by the CESWF. You are encouraged, for marketing purposes, to register as an Interested Vendor on www.sam.gov.



A prospective Offeror must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to submit a proposal and receive a Government contract award. To register, the SAM Internet address is: https://www. Sam.gov. The Contract Specialist for this procurement is Karen Harkins at 817-886-1289; or by e-mail at karen.m.harkins@usace.army.mil (preferred).



Interested Firms shall respond to this Source Sought Synopsis no later than 1200 PM Central Daylight Time (CDT) 19 MAR 2024. Email your response to Karen Harkins at Karen.m.harkins@usace.army.mil and Robert M. Duran at robert.m.duran@usace.army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300
  • FORT WORTH , TX 76102-6124
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 04, 2024 02:57 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >