Alcoa Dike Mitigation Project
Project Location: Santa Ana River Watershed, Orange and Riverside County, CA Period of Service: Approximately five (5) years from written notification of contract award This is a Sources Sought Notice... Project Location: Santa Ana River Watershed, Orange and Riverside County, CA Period of Service: Approximately five (5) years from written notification of contract award This is a Sources Sought Notice and IS NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified firms. Responses to this Sources sought will be used by the Government in making appropriate acquisition decisions. This is not a Request for Proposals, only a Request for Information. NO award will result from this Sources Sought Notice. This notice does not constitute any commitments by the Government. Project Summary: Mitigation for impacts to riparian and other floodplain habitat caused by construction of the Santa Ana River Mainstem flood control project (SARM), including the Alcoa Dike and other features will involve: Removal and continued treatment of non-native vegetation species, habitat restoration, ESA-listed species monitoring, surveys , assessments, and cowbird trapping. Public outreach will also be required. Mitigation sites within Prado Basin have been identified and selected for full or partial restoration: a 23 acre riparian area in Temescal Creek (Riparian Parcel 1, Figure 1); a 285 acre riparian area along the mainstem of the Santa Ana River (Riparian Parcel 2, Figure 2); and 19.24 acres within three upland sites near the designated Alcoa Dike borrow area (Coastal Sage Scrub (CSS) Parcels 1, 2, and 3; Figure 3). These five parcels are currently infested with non-native, invasive vegetation. The Contractor may be required to obtain rights of entry or other permission from adjacent landowners to stage equipment and access the restoration areas. There are two riparian habitat restoration parcels and three CSS habitat restoration parcels (collectively, the Habitat Restoration Areas). Riparian Parcel 1 is located between Auburndale and Lincoln Avenue within Temescal Creek outside of the construction limits. This 23-acre parcel is estimated to contain 19-acres of non-native, invasive vegetation. Riparian Parcel 2 is located in Prado Basin, downstream of existing, previously establish mitigation parcels. This 285-acre parcel is estimated to contain 65% or 185-acres of non-native invasive vegetation (primarily arundo). Removing this vegetation and continuing to spray and remove new growth of non-natives throughout the contract period would allow native riparian habitat to establish in its place, with both parcels providing a total of 204-acres of mitigation. Supplemental planting and irrigation may be required to achieve success criteria. The CSS Parcels 1-3 total 19.24 acres and are located in close proximity to the Alcoa Dike project borrow site. These 3 parcels are currently dominated by non-native vegetation and will require supplemental planting and irrigation as well as non-native vegetation removal and continued herbicide treatment for conversion to CSS habitat , and to achieve success criteria. Restoration of a minimum of 13 acres to CSS habitat within these areas is required. The estimated magnitude of service is $3,000,000.00 - $8,000,000.00 Submittals: Interested sources (both large and small) are invited to submit a capability statement demonstrating their ability to perform the work as described above. Responses are requested with the following information, which shall not exceed a total of six pages. Submittal Requirements: (1) Offerors name, address, point of contact, phone number, and email address. (2) Business size/classification, to include any designations as Small Business, HUBZone, Service Disabled, Veteran Owned, or 8(a) and NAICS code designations. (3) Qualifications: To ensure that the Contractor has the experience and expertise necessary to perform the work and services outlined in this SOW, each bidder shall review the technical requirements and shall include the required information in the proposal submitted to the U.S. Army Corps of Engineers, Los Angeles District (Government or Corps or USACE). The Contractor's professional employees shall have demonstrated expertise in their appropriate field of work and ethics of the profession. The Contractor shall provide or obtain professional and qualified personnel capable of performing the services required, including working in and around special status species and their habitat, including species listed under the Endangered Species Act, such as Least Bell's vireo (Vireo bellii pusillus), Santa Ana Sucker (Catostomus santaanae), and California Gnatcatcher (Polioptila californica). Invasive species removal and weeding shall be performed by individuals familiar with Southern California native species and non-native and weed species, and able to distinguish weed seedlings and juveniles from the native seeded and planted species. Work shall be performed by individuals with expertise in Southern California riparian and upland ecosystems. CONTRACTOR MUST DEMONSTARTE THE FOLLOWING TECHNICAL REQUIREMENTS • Citing previous work, demonstrate ability to successfully remove and treat non-native vegetation from hundreds of acres while protecting native habitats and species, resulting in re-establishment of riparian/riverine habitat. Include photos and maps of prior work areas, and provide written explanation of techniques and methodologies used to remove biomass and prevent re-establishment of non-natives. • Must have on board (or demonstrate ability to contract with) sufficient personnel with valid permits for herbicide applications to be able to treat hundreds of acres of non-native vegetation each year. • If planning to subcontract or partner with other firms to manage the effort, provide letters from potential sub-consultants acknowledging their willingness and ability to perform the required tasks. • Must have specific knowledge of vegetation types, species and habitats that occur within the Santa Ana River Watershed specifically and southern California in general. Must have extensive knowledge and experience with these vegetation and habitat types including all the corresponding fauna, and with the federal and state special status listed species that may occur therein. • Must have experience with and applicable permits for surveying for least Bell's vireo, southwestern willow flycatcher, gnatcatcher and other species of concern following accepted U.S. Fish and Wildlife Service (USFWS) protocols. • Demonstrate ability and experience with public outreach and education on ecosystem or environmental issues. • Must have experience with and applicable permits for setting and maintaining cowbird traps. Demonstrate ability to maintain a minimum of 15 traps within the watershed throughout the nesting season, for a minimum of 5 consecutive nesting seasons. • Demonstrate knowledge of, certification for, and ability to perform California Rapid Assessment Method for Wetlands and Riparian Areas (CRAM) within the entire restoration area. (4) Past performance/experience on projects of similar complexity describing no more than three (3) projects performed within the past 10 years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed project, the Offeror's role, dollar value of contract, performance timeliness, and name of the company, agency, or government entity for which the work was performed with contact information (reference name, phone number, and email address). The contractor shall also demonstrate at least five years' work experience in habitat restoration performed within the Santa Ana River Watershed or similar environments in Southern California. Interested offerors shall respond to the Sources Sought Notice no later than 4:00 PM (local time), April 1, 2019. All interested firms must be registered in SAM to be eligible for award of Government contracts. Please submit your response to Ryan.E.Rivas@usace.army.mil. Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. NO award will result from this Sources Sought Notice. This notice does not constitute any commitments by the Government.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »