SOURCES SOUGHT
F -- Exotic Pest Plant Species Eradication at Various Locations in California, Arizona and Nevada.
- Notice Date
- 12/2/2008
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE, N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247309R2612
- Response Due
- 12/19/2008
- Archive Date
- 1/19/2009
- Point of Contact
- Mr. Len Brown, CO: 619-532-1266Ms. Dawn Evans, CS: 619-532-2883
- Small Business Set-Aside
- N/A
- Description
- Exotic Pest Plant Species Eradication at Various Locations in California, Nevada and ArizonaThis is a Sources Sought (SS) announcement. PURPOSE: (1) Seek potentially qualified small business sources, with indication of business size classification, including: 8(a)Hub zone small businessservice-disabled veteran small businesssmall businesssmall disadvantaged businesswomen-owned small businessveteran-owned small business Note: Small business size standard earnings ceiling is $6.5 million gross annual income (averaged over the past 3 year period). (2) Determine if the firm is submitting as any of the following: Other joint venture relationshipTeam- with the prime and subcontractors8(a) mentor Protg joint venture The government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. If, after review of the responses to this sources sought synopsis, the government still plans to proceed with the acquisition, a Solicitation Announcement will be published to the Navy Electronic Commerce On-line (NECO) system, and Federal Business Opportunities (FedOps). This is NOT a solicitation announcement for proposals and NO contract will be awarded directly from just this Sources Sought announcement. NO reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. NO telephone calls will be accepted for requesting a bid package for solicitation, because there is NO bid package solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the Technical Point of Contact (POC) will NOT be given and NO appointments for presentations will be made. SYNOPSIS: Required NAICS business experience classification code: 561730 - Landscaping Services Naval Facilities Engineering Command, Southwest is seeking sources with current relevant qualifications, experience, personnel, and capability to provide, under contract, all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary in performing landscaping services. Work may include, but is not limited to: Focus on weeds listed in the California Invasive Plant Council (Cal-IPC) Invasive Plant Inventory (see http://www.cal-ipc.org), but may include any exotic pest species which threaten native habitats or training areas. The work will generally be done in wildland areas with difficult access. Some of the work sites can be accessed only by 4 wheel drive or all terrain vehicles; other areas may accessible only by foot. Performance will be at various federal government sites with projects occurring simultaneously at multiple sites, and may require security clearance level sufficient to access military bases/property/sites/installations. Work locations include California, Nevada and Arizona. Work will be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written Task Orders to the Contractor. Award of Task Orders will be on a firm fixed-price basis. The proposed contract will be for a base period of 12 months, and four 12 month option periods. The estimated value is approximately $10 million. The firm (including subcontractors) MUST be able to demonstrate knowledge AND experience in ALL of the above cited services AND have the ability to obtain appropriate security clearances to access military site/property/installations. See Technical Requirements. SUBMISSION REQUIREMENTS: Responses shall NOT exceed thirteen (13) pages- Two sided pages count as two sheets. Provide copy of any and all certifications by the Small Business Association (SBA) IE. 8(a), hub zone small business, service-disabled veteran small business, small business, small disadvantaged business, women-owned small business, and veteran-owned small business. Copies of SBA Certifications are NOT counted in the thirteen (13)-page limit. One (1) page should be the cover sheet which MUST include:Firm's status and size of the business, relative to the NAICS code 561730Company name, address, main phone numberTwo company Points of Contact- with telephone numbers, fax numbers, e-mail addressesShort description of the firm's history including years in business, number of employees, and main disciplines of the firmState past, and current, ability to meet all security clearance(s) requirements for access to military property/sites/installations. Two (2) pages should show:Key employees, both firm and sub-consultants, and their experience relative to the services described above. Demonstrate professional qualifications of your key personnel to perform the services listed above. List only the team members who actually will perform major tasks under the contemplated contract work scope and their qualifications, which should reflect the individual's potential contributions to the contract. Up to ten (10) pages should be dedicated to:Past and current projects that show the firms ability to perform the services described above. There should be one project per page. Firms submitting responses shall present their information in a 'matrix' format showing 'government' contract projects they have performed- work similar to that described above. Matrix must include the following: Highlight projects comparable (near $10M) in scope and complexity as mentioned/described aboveList at least six (6) projects with work located in the Southwestern United States, that demonstrate your firm can perform the services (as a whole) listed aboveIndicate Contract type (firm fixed-price, cost reimbursement, etc.)Specify Total contract priceSpecify associated Contract numbers AND Task Order numbersSpecify the from/to dates of contract work performance Specify the project physical location and description of the contract work requirementsProvide a specific description of the actual work performedProvide the client's nameProvide at least one (1), preferably two, current client Point of Contact references who are certain to have knowledge of work performance- reference name, job title, and verified 'accurate/current' contact information: phone number, fax number, and email addressIndicate if your firm was the prime or subcontractor (if a subcontractor, what type of work and percentage of the total contract your firm was responsible for) The Matrix is considered part of the ten pages. SUBMITTAL PACKAGE REQUIREMENTS: Original, two (2) copies, and one (1) electronic copy on a CD (in MS Word and/or Excel format). Emailed submittals will NOT be accepted. Submittals must be received before 2:00 P.M. Pacific Standard Time (PST) on Friday, 19 DECEMBER 2008 Submittal mailing and physical address: Naval Facilities Engineering Command SouthwestEnvironmental Core Contracts OfficeMail Code AQE.DEAttn: Dawn Evans, CSBldg.127, Room 1081220 Pacific HighwaySan Diego, CA 92132-5190 SUBMITTAL INQUIRY POC's:Mr. Joseph (Len) Brown, Contracting Officer (619) 532-1266Ms. Dawn Evans, Contract Specialist (619) 532-2883 Exotic Pest Plant Control Requirements 1. General The Government requires all labor, management, supervision, tools, materials, equipment, incidental engineering, travel and transportation necessary to control exotic pest plant species. The work will focus on weeds listed in the California Invasive Plant Council (Cal-IPC) Invasive Plant Inventory (see http://www.cal-ipc.org), but may include any exotic pest plant species which threaten native habitats or training areas. The work will generally be done in wildland areas with difficult access. Some sites can be accessed only by 4 wheel drive or all terrain vehicles; other areas may accessible only by foot. All of the work will be performed in California, Nevada and Arizona. 2. Technical Requirements The Contractor must have the capability to control weeds with chemical and mechanical methods, move biomass from project areas to specified disposal areas and mow vegetation in areas of rough terrain. The Contractor must have the capability to perform surveys for both weeds and threatened and endangered plant species. The Contractor shall have the capabilities to incorporate this data into GIS format and generate both hard copy and electronic maps. The Contractor shall be able to provide reports, maps, digital photographs and related data to the government, as required for each task order. Work Effort - The Contractor shall manage the total work effort and assure fully adequate and timely completion of these services. Included in this function will be a full range of management duties including, but not limited to, planning, scheduling, inventory, analysis, and quality control. The Contractor shall plan and schedule work to assure material, labor, and equipment are available to complete work with the quality standards established herein. Unless otherwise specified, all work shall be performed during the Government's regular working hours. Submittals - The Contractor must have the ability to prepare Pesticide Application plans. The plan shall include the best and most efficient way of treating the target species and include methods and timing of application as well as pesticide(s) to be used. The plan shall specify methods for handling cut biomass of target species which is left on site. These recommendations will take into account endangered species and/or sensitive habitats which occur in the area to be treated. At times this may include cutting down or limbing isolated plants which have the capacity to resprout in order to prevent killing them with the pesticide. It shall also include expected results, and schedule with milestones and dates for completion of services requested. The Contractor shall provide a monthly report, using the NAVFAC Pest management Reporting System (PMRS), or to the NAVFAC SW Applied Biology program manager, during the period that pesticides are being applied. This report shall consist of daily pesticide application reports. Aerial Photos - Stereo aerial photographs shall be required when specified. Scale, elevation and timing of the flight will be specified. Rectification of the photos shall be required when specified. Exotic Pest Plant Treatment - For all pest control services the Contractor shall prepare a pesticide application plan, conduct field work, document field work with photographs (slides) and maps, and prepare reports. All tools to complete the job shall be provided by the Contractor. The work will generally be done in wildland areas with limited, difficult access. Care must be taken on all jobs to avoid damage to native habitats, particularly habitats of threatened and endangered species, while conducting exotic pest plant treatment. At times this may include cutting down or limbing isolated individuals of given species, as specified in the pesticide application plan. Whether or not biomass removal is specified the Contractor must treat cut biomass left on site so that no more than 5% resprouts; the methods shall be specified in the pesticide application plan. The Contractor must have the ability to provide aerial applications. This method will involve application of pes! ticides using a helicopter. The price will include pesticides and be based on a per acre basis. Surveying and Mapping - The Contractor shall survey designated areas for exotic pest plant species. The maps shall be prepared using either aerial photos or maps as specified, and may be required either before or during treatment. The Contractor shall use ArcGIS for mapping and analysis of spatial data. The Contractor shall present GIS data in electronic format and maps shall be submitted in both hard copy and electronic format. The Contractor shall deliver all geographic or spatial information in Arc/Info Export, double precision (Arc/Info is produced by Environmental Systems Research Institute (ESRI), Redlands, Calif.). The Contractor shall store all geographic data in State Plane coordinates, North American Datum of 1983 (NAD 83). All vertical measurements shall be based on the National Geodetic Vertical Datum of 1988 (NGVD88). Map features shall be stored in U.S. survey foot measure. Each 'Map Layer' or 'Coverage' shall have a projection file. The Contractor shal! l record all attribute data stored in external databases, separate from the internal Arc/Info attribute tables, in a Microsoft Access or dBase-compatible format (dbf). Biological Monitoring - When specified the pesticide application work shall be monitored by a qualified biologist. In order to be qualified the biologist must be familiar with the habitats and species which must be protected during the project. The biologist shall be on the site when pesticides are being applied and shall inspect operations to ensure that sensitive species and or habitats are not adversely affected by the treatment. The biologist shall map the progress of the spraying each day on the site map and document all aspects with 35mm color slides. If any adverse effects or other problems are found, the biologist shall submit a short narrative and a map showing the location. Establishment of permanent 100 meter vegetation transects by a qualified biologist may be required as a part of this contract. They shall be installed using the line point method and record vertical structure data. Where the target species comprise in excess of approximately 80% vegetativ! e cover, the transect will be installed after the initial herbicide treatment. The Contractor shall prepare a methods report and submit for review and approval prior to installing these transects and shall prepare annual reports analyzing and reporting the data in similar detail and format to the "First Annual Report Arundo donax Removal Project Santa Margarita River, CA, prepared by Jesse A. Else and Paul H. Zedler San Diego State University Contract No. N68711-95-LT-C028" dated October 1996. Biomass Removal - Biomass of target species may be required to be removed from the project area to a specific site. Chipping of the biomass may be required. The biomass must be handled in a way which minimizes the potential for resprouting such that less than 5% resprouts. Biomass removal may involve in place grinding with a brush-hog type of machine or equivalent, or may require transport of biomass offsite. 3. Licenses and Permits The Contractor shall obtain all appointments, licenses, and permits required for the execution of the work. The Contractor shall comply with all applicable federal, state, and local laws. Evidence of such permits and licenses shall be provided to the Contracting Officer before work commences. Personnel conducting biological monitoring may be required to hold valid permits to work with specific endangered or threatened species. 4. Project Experience Personnel required: Exotic Plant Management Specialist: Must have at least 5 years experience working with exotic pest plant treatment in wildland areas where sensitive habitats, rare species and/or wetlands are present in or near the treatment area. This individual must have an agricultural qualified applicator's license and a pest control advisor's license. Lead project Manager: Must have at least 3 years experience working with exotic pest plant treatment in wildland areas where sensitive habitats, rare species and/or wetlands are present in or near the treatment area. This individual must have an agricultural qualified applicator's license. Project Supervisor: Must have at least 1 year of experience working with exotic pest plant treatment in wildland areas where sensitive habitats, rare species and/or wetlands are present in or near the treatment area. This individual must have an agricultural qualified applicator's license Field Operator: Must have at least 3 months experience working with exotic pest plant treatment in wildland areas where sensitive habitats, rare species and/or wetlands are present in or near the treatment area. Biological Monitor: Must have a minimum B.S. or B.A. in biology or related field and must have specific knowledge of the specific threatened or endangered species or rare habitat being worked on at a particular site. If specified in the task order this individual may be required to have permits to work with the specified threatened or endangered species. 5. Government Furnished Property, Materials and Services The Government will not furnish or make available to the Contractor any facilities or tools. The Government will furnish access of all pertinent existing aerial photos, maps, studies, plans, surveys, reports and photographs to the Contractor, for review purposes only. The government will obtain U.S. Army Corps of Engineers permits whenever they are required for operation of mechanized equipment and aerial spraying or other aspects of exotic plant control in wetland areas. The Government will furnish utility services and water to the Contractor at existing outlets for use in the performance of work required under this contract. 6. General Administrative Requirements Station Regulations The Contractor and his employees shall become acquainted with and obey all Government regulations as posted, or as requested by the Contracting Officer. Certain operational constraints are usually in effect when working in the Channel Islands. Environmental Protection The Contractor shall comply with all applicable federal, state, and local laws, regulations and standards. In the event that a regulatory agency assesses a monetary fine against the Government for violations caused by Contractor negligence, the Contractor shall reimburse the Government for the amount of that fine and other costs. The Contractor shall also clean up any oil spills which result from the Contractor's operations. Disposal Debris, rubbish and non-usable material resulting from the work under this contract must be disposed of off Government property. The Contractor must dispose of all hazardous waste in accordance with the Resource Conservation and Recovery Act and its associated state and local regulations. Safety Requirements and Reports The Contractor's work space may be inspected periodically for OSHA and Navy compliance. Abatement of violations will be the responsibility of the Contractor and/or the Government as determined by the Contracting Officer. Only emergency medical care is available in Government facilities to Contractor employees who suffer on the job injury or disease. The Contractor shall submit a full report of damage to Government property and/or equipment by Contractor employees Identification of Contractor Employees All Contractor employees shall obtain the required employee and vehicle passes. The Contractor shall provide the name or names of the responsible supervisory personnel authorized to act for the Contractor. The Contractor shall furnish sufficient personnel to perform all work specified within the contract. No employee or representative of the Contractor will be admitted to the site of work unless he furnishes satisfactory proof that he is a citizen of the United States, or, if an alien, his residence within the United States is legal. Identification of Contractor Vehicles The company name shall be displayed on each of the Contractor's vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate and safety inspection sticker, if applicable, and shall be maintained in good repair. Insurance The Contractor shall furnish a certificate of insurance as evidence of the existence of the following insurance coverage in amounts: a.Comprehensive General Liability: $500,000. b.Automobile Liability: $200,000 per person; $500,000 per occurrence for bodily injury; $20,000 per occurrence for property damage. c.Workmen's Compensation: As required by Federal and State workers' compensation and occupational disease statutes. d.Employer's Liability Coverage: $100,000, except in states where workers' compensation may not be written by private carriers. This insurance must be maintained during the entire performance period. 7. Health And Safety Plan And Accident Prevention Plan (APP) The Contractor will be tasked to submit a current Corporate Health and Safety Plan to the Contracting Officer for review by the Government for use as the Health and Safety Program Plan. Task order specifications for Accident Prevention Plans (APPs) will be generated from the UFGS-01 35 29 (April 2006 or latest version). The APP shall be signed by the person and firm (senior person) preparing the APP, the Contractor, the on-site superintendent, the designated site safety and health officer and any designated Certified Safety Professional (CSP) and/or Corporate Industrial Hygienist (CIH). Activity Hazard Analyses (AHAs) shall be updated as specified in the final APP. 8. Critical Selection Factors Demonstration of previous project experience in working with exotic pest plants in areas with sensitive habitat and/or listed species. Experience working in habitats typically found in the geographic area of the project Experience working in the California Channel Islands Experience using GPS equipment Experience using GIS software
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1a39c43b25c9b0917eed31dab5ee3b00&tab=core&_cview=1)
- Record
- SN01712334-W 20081204/081202215501-1a39c43b25c9b0917eed31dab5ee3b00 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |