SOURCES SOUGHT
99 -- Aquatic Invasive Plant Removal
- Notice Date
- 2/17/2022 12:49:17 PM
- Notice Type
- Sources Sought
- NAICS
- 813312
— Environment, Conservation and Wildlife Organizations
- Contracting Office
- NAVFAC NORTHWEST SILVERDALE WA 98315-1101 USA
- ZIP Code
- 98315-1101
- Solicitation Number
- AIPR_FY22
- Response Due
- 2/24/2022 2:00:00 PM
- Archive Date
- 02/24/2022
- Point of Contact
- Moriah Carter, Phone: 3603151846
- E-Mail Address
-
moriah.a.carter.civ@us.navy.mil
(moriah.a.carter.civ@us.navy.mil)
- Description
- GENERAL INFORMATION Document Type: Sources Sought Notice Sources Sought Number: AIPR_FY22�������������������� Posted Date: February 17, 2022 Classification Code: S10-Service NAICS Codes: 561730, 813312 Anticipated Contract Type: Firm Fixed Price under FAR Part 13.5 (365 day Period of Performance) CONTRACTING OFFICE ADDRESS Department of the Navy, Naval Facilities Engineering Systems Command, Northwest, Regional Contract Team, Attn: Moriah Carter, 1101 Tautog Circle, Silverdale, WA 98315 DESCRIPTION Naval Facilities Engineering Systems Command Northwest (NAVFAC NW), in support of the Environmental business line (EV), is conducting preliminary planning market research to obtain information from potential and eligible contractors for a services contract at the following Navy operated facility: Acoustic Research Facility (ARD) Bayview, Lake Pend Oreille in Bayview Idaho. Aquatic invasive plant species such as Eurasian watermilfoil (Myriophyllum spicatum), Flowing rush (Butomus umbellatus) and Curly-leaf pondweed (Potamogeton crispus) have been invading the nearshore habitat of Lake Pend Oreille.� The removal of aquatic invasive species is mission critical at ARD Bayview to maintain critical habitat for Endangered Species Act (ESA) listed bull trout. The area has also been identified as a Kokanee spawning ground. This effort is intended to remove aquatic invasive plants between and around in-water structures and docks located in the nearshore area of ARD Bayview, which covers 1500 feet of shoreline with a surface area estimate of 1400 square feet of invasive plants. The project goal is to identify and remove all aquatic invasive plants on site, with an initial removal process/treatment (conducted in Spring 2022), along with two follow up visits (conducted in Summer 2022 and Late Summer or Early Fall 2022) to ensure complete eradication. This would be accomplished by meeting the following objectives: 1. Identify all of the locations of aquatic invasive plants to be removed on site. 2. Remove all aquatic invasive plants from the site with two follow up visits to ensure complete removal through the growing season. 3. Provide a brief summary of the work conducted including the species found, estimation of amount of invasive plants removed, locations, and future treatment recommendations �Eligible sources must be able to conduct three separate aquatic invasive plant removal treatments in the spring, summer, and in the late summer to the early fall as follows: In the spring, the contractor will determine all of the locations to be treated at the site before starting the removal process. The spring treatment will be the most intensive and time consuming. The contractor will provide divers to remove all of the invasive aquatic plants including roots and attempt to limit any dispersal while avoiding the removal of all native plant species. No herbicides shall be used in any of the treatments. All aquatic invasive plants removed from the water must be removed from the site and disposed of on an upland area at ARD Bayview where dispersal is unlikely. No invasive plants can be transported across state boundaries for any reason. The plant removal treatment will be repeated on the scheduled dates in the summer and again in the later summer to early fall. The Contractor shall prepare a brief summary of the total work performed including the total area covered, species identified and removed, and total hours required for treatment. Eligible sources must also meet the following requirements: Contractor must have the ability to obtain proper security badges to be on Navy property. Contractor must have demonstrated experience removing freshwater aquatic invasive plants in the Pacific Northwest region (at least 5 years). Contractor must have demonstrated experience identifying and differentiating between freshwater native and invasive plant species. Contractor divers must have proper dive certifications and demonstrate safe diving practices. Contractor must demonstrate proper disinfecting practices on all equipment to prevent the further spread of invasive species.� The Contractor shall provide all personnel, equipment, supplies, facilities, vehicles, transportation, tools, materials, supervision, and other non-personal services necessary to perform services. The Contractor shall conduct all necessary program management actions to ensure this delivery order remains on schedule and within budget.� In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., Small Disadvantaged Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices.� Not for profit organizations that are qualified to do business with the government are also encouraged to respond to this sources sought notice. SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. The total number of pages is limited to 10 single-sided 8.5 by 11 inch pages for the Sources Sought Information form response and 2 single-sided 8.5 by 11 inch pages for a cover letter. The Sources Sought Information Form must include the following information: Firm Name, DUNS Number, Address, Point of Contact (POC) information NAICS code(s) Type of Business Experience-Provide supporting project information substantiating demonstrated experience removing freshwater aquatic invasive plants in the Pacific Northwest region (at least 5 years), as well as demonstrated experience identifying and differentiating between freshwater native and invasive plant species. Project title and dates Contractor Type (Prime or Subcontractor) Location, provide location of previous project experience Methodology, provide information regarding methods used for removal of freshwater aquatic invasive plants, as well as disinfecting practices on equipment to prevent the further spread of invasive species Project Results, provide outcome/results of previous projects removing freshwater aquatic invasive plants Other, Provide any other pertinent information in regards to removal of freshwater aquatic invasive plants, as well as experience identifying and differentiating between freshwater native and invasive plant species Projects that do not include all information requested above will not be considered when determining if qualified experience has been demonstrated, and may not be considered when determining a socio-economic category. Interested sources shall submit responses to this Sources Sought announcement no later than 2:00 PM Pacific Standard Time (PST) on 24 February 2022 via email to moriah.a.carter.civ@us.navy.mil.� Responses received after the deadline or without the required information will not be considered.� All responses will be used to determine the appropriate acquisition strategy for a future acquisition. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is ONLY to invite interested vendors to submit capability statements demonstrating their ability to provide the services listed above. At this time, the Government will not entertain questions concerning the DRAFT Performance Work Statement (PWS); however, interested firms may submit comments about the PWS. The Government will not post responses or answers to submitted comments, questions, or recommendations. No reimbursements will be made for any costs associated with information provided in response to this announcement and any follow-up requests.� Respondents will not be notified of the results of the evaluation. This Sources Sought Notice is submitted in accordance with FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Invitation for Bids (IFB) or as an obligation of the part of the Government to acquire any services. Responses to this sources sought notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. No solicitation exists and solicitation requests will not be acknowledged. NAVFAC NW will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this sources sought notice that is marked �Proprietary� will be handled accordingly. Responders are solely responsible for all expenses associated with and incurred by responding to this sources sought notice. The Government reserves the right to determine how it should proceed based on the results of this action.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7cf61adb49694d3ea471ff8cd7d32ac4/view)
- Place of Performance
- Address: Bayview, ID 83803, USA
- Zip Code: 83803
- Country: USA
- Zip Code: 83803
- Record
- SN06246585-F 20220219/220217230108 (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 |