Navigability Study of the St. Johns River, U.S. Army Corps of Engineers, St. Johns River, Florida
Subject: Navigability Study of the St. Johns River, U.S. Army Corps of Engineers, St. Johns River, FloridaSolicitation Number: W9127823L0027Notice Type: SRCSGTNAICS: 541620Notice Published: 09-21-23Response Due: 10-06-23Agency: Department of the ArmyOffice: US ARMY ENGINEER DISTRICT MOBILEContact: KATIE NILES This email address is being protected from spambots. You need JavaScript enabled to view it. Ph: (251) 234-5136Office Address: MOBILE, AL 36628-0001Place of Performance: Jacksonville, FL 32207
Click for official SAM (FBO) notice, additional information, and accompanying attachments
The Statement of Work includes the following:Provide a Reports of Findings or Navigability Study to identify navigable waters of the United States associated with the St. Johns River in Florida. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items to perform all services as defined in this Performance Work Statement except for those items specified as government furnished property and services. Report of Findings: (1) Name of water body; (2) Tributary to; (3) Physical characteristics; (4) Nature of obstructions; (5) Authorized (by Congress) projects; (6) Past or present interstate commerce; (7) Potential use for interstate commerce; (8) Jurisdiction exercised by Federal agencies; (9) Court decisions; (10) Remarks; and (11) Finding of navigability and recommendation for determination. The selected firm must have, either in-house or through consultants, the following disciplines, with professional registration required where applicable: (1) Project Managers. (2) Environmental Scientist[HEACUC(1][SMC2] Senior (3) Historian/Archaeologist Mid (4) Planner (5) Editor. Area of Responsibility (AOR) for work will be located within the state of Florida including all of the St. Johns River and its tributaries within the three 8-digit Hydrologic Units HUC) 03080101 Upper St Johns, 03080102 Oklawaha and Lower St. Johns.This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available currently; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractors responsibility to monitor the Government Point of Entry for the release of any solicitation.This Sources Sought Notice is not to be construed as a commitment by the USACE, Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement.The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Small Business, HUBZone, Service-Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 541620 Environmental Consulting Services, the small business standard for which is $16,500,000.Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions.[HEACUC(1]Do we need to clarify: Biologist, ecologist, environmental scientist, geologists, etc.? The positions could be filled by multiple disciplines within physical science.[SMC2]I do not think so. We would allow the contractor to propose the one who they believe could do the work. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractors name, address, points of contact with telephone numbers and e-mail addresses.2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service-Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on the first page of submission.3. Contractor shall identify the percentage of services provided to the commercial marketplace and the percentage of services provided to government agencies.4. Past performance/experience on contracts/projects of similar scope, describing no more than five (5) contracts complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of services to demonstrate relevance to the proposed project, the Offerors role, dollar value of contract, and name of the company, agency, or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). 5. Describe your firms knowledge and experience with completing reviews on a multitude of projects subject to RHA Section 10 authority within a varying AOR. 6. Demonstrate your firms experience with environmental assessments, writing, and documentation. 7. Describe your firms knowledge and application with determining potential effects consistent with Section 7 of the Endangered Species Act (ESA), Section 106 of the National Historic Preservation Act (NHPA), and Essential Fish Habitat (EFH) resources and completing coordination and/or consultation with federal agencies.8. Describe your firms knowledge of habitat types, including avoidance and minimization measures and construction techniques and materials. The above requested information shall not exceed a total of fifteen (15) pages on 8.5" x 11" paper, 12-point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated based on demonstrated functional capability.Responses are due no later than 06 October 2023, 2:00 p.m. CST. Responses received after this date and time may not be reviewed.Responses shall be submitted via email to Ms. Katie L. Niles, Contract Specialist, at This email address is being protected from spambots. You need JavaScript enabled to view it.. In the subject line of your email state Response to Regulatory Permit Application. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.