SOLICITATION NOTICE
F -- Indefinite Delivery/Indefinite Quantity (IDIQ) Service Contract - 8(a) - Invasive Plant and Exotic Species Treatment in Texas, Louisiana, Mississippi, Alabama, Florida, Georgia, South Carolina, North Carolina, Puerto Rico and the Virgin Islands
- Notice Date
- 4/7/2011
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- N2000110600
- Archive Date
- 4/6/2012
- Point of Contact
- Rebecca S. McNeiley Contract Specialist 3039692982 rebecca_mcneiley@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- GENERAL: The Department of Interior (DOI), National Park Service (NPS), is soliciting proposals from 8(a) firms having the capability to perform the work described below. THIS PROJECT IS SET-ASIDE FOR 8(a) FIRMS; OFFERS WILL BE SOLICITED ONLY FROM SMALL BUSINESS CONCERNS EXPRESSLY CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION (SBA) FOR PARTICIPATION IN THE SBA'S 8(a) PROGRAM AND WHICH, AT THE TIME OF OFFER SUBMISSION, MEET THE CRITERIA SET FORTH IN FAR 52.219-18. This solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) website, at http://ideasec.nbc.gov. Paper copies of this solicitation will not be made available. Prospective offerors desiring to conduct business with DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF; specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the http://ideasec.nbc.gov site for all information relevant to this solicitation. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once, for use on all Federal contracts. This site benefits not only the contractor, by the business to maintain an accurate and complete record, but also the Contracting Officer, as he or she can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet, or feel you need extra Internet help, please contact the Procurement Technical Assistance Center (PTAC) www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in Central Contractor Registration (CCR) in order to conduct business with the Federal Government. Proposed Issue Date: Approximately April 25, 2011. NAICS CODE: 115310 PROJECT DESCRIPTION: This Indefinite Delivery/ Indefinite Quantity (IDIQ) Services Contract will consist of furnishing all labor, equipment, and herbicides for the control of invasive species, exotic pest plants, and vegetation removal. Work may be performed for DOI, USFS and COE units. The majority of the work is anticipated to fall under the requirements of the Service Contract Act. All pricing in this IDIQ shall be in accordance with the Service Contract Act. In some instances, service bonds may be required. TITLE OF PROJECT: 8(a) IDIQ, Invasive Plant and Exotic Species Control TYPE OF PROCUREMENT: Indefinite Delivery Indefinite Quantity (IDIQ) Commercial Services Contract - All services will be provided under an IDIQ contract. The base contract period will be for one year with options to extend for four additional one-year periods. Work will be ordered by issuance of firm fixed-price or not-to-exceed type task orders. The maximum ordering limitation will be $10,000,000.00 for the life of the contract. Individual task orders will not exceed $3,000,000.00. The $10,000,000.00 maximum may be realized in a single year, or spread out over the life of the contract including all options years. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised is $25,000.00. The NPS intends to award multiple IDIQ contracts and compete task orders among the multiple award IDIQ contract holders. ESTIMATED PERIOD OF PERFORMANCE: All work shall be completed in accordance with specific schedules and requirements outlined in the individual task orders issued under this IDIQ and in compliance with the over IDIQ contract period of performance. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. Small Disadvantaged Business & HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns (May 2004) & 52.219-9 -- Small Business Subcontracting Plan (July 2005) (status of firms can be found on CCR's Dynamic SB Search).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2000110600/listing.html)
- Place of Performance
- Address: Texas, Louisiana, Mississippi, Alabama, Florida, Georgia, South Carolina, North Carolina, Puerto Rico and the Virgin Islands
- Zip Code: 80225
- Zip Code: 80225
- Record
- SN02419286-W 20110409/110407234326-5e283f1528ecb7c0d4cc40e866a9607c (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 |