SOURCES SOUGHT
F -- NATURAL RESOURCE SERVICES PREDOMINANTLY IN HAWAII, GUAM, COMMONWEALTH NORTHERN MARIANAS (CNMI), AND OTHER LOCATIONS WITNIN NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC) PACIFIC AREA OF RESPONSIBILITY
- Notice Date
- 2/12/2020 11:48:03 AM
- Notice Type
- Sources Sought
- NAICS
- 813312
— Environment, Conservation and Wildlife Organizations
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860 USA
- ZIP Code
- 96860
- Solicitation Number
- N6274220R1800
- Response Due
- 3/4/2020 4:00:00 PM
- Archive Date
- 03/19/2020
- Point of Contact
- Casey Sugihara, Phone: 8084714763, Kristopher Tom, Phone: 8084744551
- E-Mail Address
-
casey.sugihara@navy.mil, kristopher.tom@navy.mil
(casey.sugihara@navy.mil, kristopher.tom@navy.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE.� The purpose of this notice is to seek potential large and small business concerns (to include Section 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, woman-owned small business concerns (WOSB), veteran-own small business concerns, service disabled veteran owned small business (SDVOSB) concerns and small business concerns (SBC)) to determine the feasibility of an unrestricted, full and open competition with a partial small business set-aside designation for this Natural resource services requirement.� The applicable North American Industry Classification System Code (NAICS) code is 813312, with $16.5 million average annual receipts over three years.� All companies from any of the foregoing categories are encouraged to submit their qualification and experience, in detail, on (1) Information Summary Matrix and (2) Questionnaire attachments to this synopsis, both of which will be used to evaluate responding concerns. �Please see attachment (3) Minimum Qualifications, to be sure all personnel meet the necessary requirements.� All work performance under this contract, will predominantly be in Hawaii, Guam and the Commonwealth of the Northern Mariana Islands (CNMI). �The Government may also require natural resource services in other locations within the NAVFAC Pacific area of responsibility, and other areas in the NAVFAC AOR worldwide as needed.� All work conducted under this contract shall be in compliance with all applicable Federal, DoD, and DON laws, policies and guidelines.� Specific tasks include but may not be limited to the following, (1) Coordination Meetings; (2) Avian Surveys; (3) Mist netting; (4) Bats Surveys; (5) Insect Surveys; (6) Herpetological Surveys; (7) Snail Surveys; (8) Telemetry; (9) Live Capture Trapping; (10) Botanical Surveys; (11) Plant Collection and Translocation; (12) Biomonitoring; (13) Vegetation Surveys; (14) Vegetation Restoration; (15) Plant Structure Stabilization; (16) Wetland Delineation Surveys; (17) Wetland Restoration Planning; (18) Wetland Restoration Implementation; (19) Streams, Lakes, and Pond Assessment; (20) Ecological Reserve Areas (ERA); (21) Integrated Natural Resources Management Plans (INRMPs); (22) NEPA and Environmental Planning and Supporting Studies; (23) Invasive Species Management; (24) Biosecurity; (25) Invasive Species Fencing; (26) Educational Outreach; and (27) Fire Management Plan; (28) Aerial Mapping and GIS Mapping; (29) Diving and Marine Resource Surveys; (30) Miscellaneous Natural Resource Services.� The Contractor will furnish all labor and supervision planning, scheduling, tools and equipment necessary to provide a variety of natural resource services.� The Government will be seeking technically capable and competent companies to performed the required services utilizing Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiations.� The anticipated contract will be an Indefinite Delivery Indefinite Quantity Multiple Award Contract (MAC).� All worked performed during the life of the contract will be ordered by the Government on an as-needed basis through the issuance of Firm-Fixed-Price task orders.� The MAC contract term is anticipated to include a 12-month base period, four (4) 12-month option periods and one (1) 6-month extension of services period (FAR 52.217-8) or $49,000,000 for all contracts combined, whichever occurs first. NAVFAC Pacific will use the responses to this Source Sought synopsis to make the appropriate acquisition decision for the planned procurement.� This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holder�s list.� After evaluation of the responses to this synopsis, a pre-solicitation announcement will be published on the Contracting Opportunities website (beta.sam.gov) if the Government intends to proceed with this procurement. The Government utilizes the following software suite:� Microsoft Office Word and Excel 2010 or later.� In preparation of documents and correspondence, the contractor shall ensure compatibility with the Government�s software.� Firms who are interested and meet the requirements described in this announcement are invited to submit a completed (1) Information Summary Matrix, in which key personnel information should briefly identify education, prior projects and the person�s role in the project, and current employer for all key personnel; all information requested should be included on this form for evaluation purposes; while not a requirement, resumes may be included; and (2) Potential Offerors Questionnaire.� All questions must be completely and fully addressed prior to submittal, which will be reviewed and evaluated upon receipt.� Large and small business concerns shall be registered in SAM via https://www.sam.gov in order to do business with the Government.� Provide DUNS and CAGE Code in Block 3 of the Information Summary Matrix. Large and small business concerns must have on-line access to e-mail via the internet for routine exchange of correspondence. Information Summary Matrix and the Potential Offerors Questionnaire should be submitted with 3 hard copies to Naval Facilities Engineering Command, Acquisition Department, Environmental Contracts Branch (ACQ32:CS) by 2:00 p.m. Hawaii Standard Time on March 4, 2020.� (1) Postal Mailing Address: NAFVAC Pacific, Environmental Contracts Branch (Code ACQ32:CS), 258 Makalapa Drive, Suite 100, Joint Base Pearl Harbor-Hickam, Hawaii, 96860-3134; (2) Hand Delivery Address:� NAVFAC Pacific, Environmental Contracts Branch (Code ACQ32: CS), 258 Makalapa Dr., Building 405, Honolulu, HI� 96816.� Label lower right corner of outside mailing envelop with �Natural Resource Services N62742-20-R-1800.�� Contractor must have base access to JBPHH, HI if planning hand deliver the package. Complete information must be submitted as the Government may not seek clarification of information provided. This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e1e900d845024a28bee3138ab9c9acd7/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN05561339-F 20200214/200212230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |