Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2013 FBO #4347
DOCUMENT

F -- Habitat Enhancement Services in the NAVFAC Southwest Area of Responsibility including California, Arizona, and Nevada - Attachment

Notice Date
10/17/2013
 
Notice Type
Attachment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247314R4807
 
Response Due
10/30/2013
 
Archive Date
11/14/2013
 
Point of Contact
Elia Ram, Contract Specialist, (619) 532-3074
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: N62473-14-R-4807 This is A SOURCES SOUGHT NOTICE No. N62473-14-R-4807 for Market Research only to determine the availability of the firms to perform habitat enhancement services in the NAVFAC Southwest Area of Responsibility including California, Arizona, and Nevada. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will NOT be notified of the results of the evaluations. PURPOSE: The purpose of this Market Survey is to seek potential qualified small business sources with indication of business size classification, including: 8(a) HubZone Small Business Service-Disabled Veteran Owned Small Business Small Business Small Disadvantaged Business Women-Owned Small Business Veteran-Owned Small Business 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 Pre-Solicitation Announcement will be published to the Navy Electronic Commerce On-line (NECO) system and Federal Business Opportunities (FedBizOpps). DESCRIPTION: 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 habitat enhancement services in the NAVFAC Southwest area of responsibility including California, Arizona, and Nevada. Services may include, but is not limited to: Reports and meetings; Erosion control (including material, installation, and maintenance); Earth moving (requires the mobilization and use of heavy machinery for the purpose of digging, filling, topsoil salvage, construction of berms, basins, culverts, catchments, mounds, diversion ditches, rolling ditches, or vernal pools and grading for trails and roads); Container planting (including site preparation, installation of native container plant species, and irrigation and weed control maintenance for a period of one year. This may also include plant propagation, plant salvage, and water truck mobilization); Hydroseeding (to include material and application of mulch, tackifier, and/or dyes; seed purchased separately); Seed procurement (including seed collection, storage, and sowing); Site maintenance (to include additional year of maintenance of erosion and/or planting project areas following habitat restoration efforts, to prevent erosion, replace plantings, re-hydroseed, maintain or add irrigation, and/or control non-native species); Biological monitoring and surveys; Environmental signage (including design, production, and installation); Installation of resource protective fencing, exclusion fencing, and security fencing for wildlife species (may include installation of gates and/or grates separately); Weed treatment including mechanical and chemical methods; Work may occur in areas with rare or federally listed species. Services will be performed at various locations in Arizona, California, and Nevada; predominantly at a Navy and Marine Corps installations and other Government locations within the area of responsibility (AOR) of Naval Facilities Engineering Command Southwest. Work will be accomplished under Task Orders that are competed under Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract with Fixed Priced Exhibit Line Items (ELINS). 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. The proposed contract will be for a base period of 12 months, and 4 one-year option periods. The estimated value of the potential multiple award contracts is approximately $40 million total for all contracts. The North American Industry Classification System code for this procurement is 541690 “ Other Scientific and Technical Consulting Services. The small business size standard is $14 million gross annual income (averaged over the past 3 year period). Each firm including (Joint Ventures/Subcontractors/Teams) must demonstrate knowledge and experience in the services cited above and have the ability to obtain appropriate security clearances to access military sites/property/installations. SUBMISSION REQUIREMENTS: Responses to this sources sought notice shall not exceed eleven (11) pages and will be prepared using Times New Roman font no smaller than 10 point. Provide copies of any and all Small Business certifications including those issued by the Small Business Association (SBA) and those which are derived from self-reported information submitted through the System for Award Management (SAM) portal. Small Business categories include: 8(a), HubZone Small Business, Service-Disabled Veteran Owned Small Business, Small Business, Small Disadvantaged Business, Women-Owned Small Business, and Veteran-Owned Small Business. Copies of SBA Certifications will not be counted in the eleven (11) page limit. 1.Provide a one (1) page cover sheet that MUST include: Contractor name, address, primary phone number Contractor ™s status and size of the business relative to NAICS code 541690 Two Points of Contact with telephone numbers and e-mail addresses Short description of the contractor ™s history including years in business, number of employees, and main disciplines of the contractor 2.Provide up to two (2) pages listing key employees of both the contractor and all subcontractors, and their experience relative to the services described above. 3.Provide up to eight (8) pages listing past and current contracts/task orders that demonstrate the contractor ™s ability to perform the services described above. You may use the attached Matrix and complete one sheet for each project. Ensure that all fields are completed in as much detail as possible. When determining which projects to include, participants should give greater consideration to the following: Contracts/Task Orders valued at $25,000.00 to $500,000.00 that are the same or similar to the work requirements/experiences described above. Contracts/Task Orders for services that are the same or similar to the work requirements/experiences that were performed in Arizona, California and Nevada. Provide full Point of Contact Reference information on as many projects as possible. This should be someone who has knowledge of the work that was performed. Contact information should include: name, job title, phone and email address. SUBMITTAL PACKAGE REQUIREMENTS: Firms shall provide two (2) hard copies and one (1) electronic copy of the submittal/capabilities package (CD-ROM). Submittal/capabilities packages shall be submitted to the following address by mail or hand delivery by the date and time set for receipt: NAVFAC SOUTHWEST ATTN: CODE AQE.ER 1220 PACIFIC HIGHWAY, BLDG 127 SAN DIEGO, CA 92132 Submittals/Capabilities packages must be received before 2:00 P.M. Pacific Standard Time (PST) on 30 October 2013. SUBMITTAL INQUIRY POC: Elia Ram, Contract Specialist Elia.ram@navy.mil (619) 532-3074
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247314R4807/listing.html)
 
Document(s)
Attachment
 
File Name: N6247314R4807_Sources_Sought_Experience_Matrix.xlsx (https://www.neco.navy.mil/synopsis_file/N6247314R4807_Sources_Sought_Experience_Matrix.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N6247314R4807_Sources_Sought_Experience_Matrix.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1220 Pacific Highway, Bldg 127
Zip Code: , San Diego, CA
 
Record
SN03217663-W 20131019/131018085329-a587cdff82f083bdaa7c4931277129c1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.