SOURCES SOUGHT
F -- Prairie Grass Seed Planting and Maintenance
- Notice Date
- 3/6/2014
- Notice Type
- Sources Sought
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-14-S-0005
- Response Due
- 3/19/2014
- Archive Date
- 5/5/2014
- Point of Contact
- Jackie Primer, 1-901-544-3340
- E-Mail Address
-
USACE District, Memphis
(jackie.primer@mvm02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W912EQ-14-S-0005 USACE Memphis District Prairie Grass Seed Planting and Maintenance RESPONSE DATE: March 19, 2014 NAICS: 115112 POINT OF CONTACT: Jackie.Primer@usace.army.mil This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for the preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPIS. 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 or will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers, Memphis District, has been tasked to solicit and award a Services Contract for Arkansas Native Warm-Season Prairie Grass Planting. Services include, but not limited to light disking of farm land, broadcasting or drilling native warm-season prairie grass seed, specifically Switchgrass (Panicum virgatum), Big Bluestem (Andropogon gerardii), Little Bluestem (Schizachyrium scoparium), and Indiangrass (Sorghasrum nutans), rolling or culti-packing planted prairie grass seeds, and inspection. Seed will be government furnished. The proposed acquisition type has not been determined. The type of set-aside decision to be issued will depend upon the responses to this synopsis. Services will be performed for the Discharge Pipe Area of the Grand Prairie Area Demonstration Project, DeValls Bluff, Arkansas. The work is associated with water supply projects in eastern Arkansas (Grand Prairie Area Demonstration Project and Bayou Meto Basin Project). The initial services are to be performed on the approximate 50 acres to the east of the intersection of Fire Tower and Webb Lake Roads northwest of De Valls Bluff, AR. Additional site finishing/preparation may be required, upon request. This additional work may include, but is not limited to mowing, removing/haying mown vegetation, and/or herbicide application. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. Small business, Section 8(a), HUBZone, SDVOSB, and EDWOSB businesses, are highly encouraged to participate. The contract period of performance is for this requirement has not been determined. The North American Industry Classification System (NAICS) code for this procurement is 115112, which has a business size standard is $7 million. The Standard Industrial Code is 0721and the Federal Supply Code is F002. Small Business firms are reminded under FAR 52.219-14 - Limitations on Subcontracting that they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees for the concern for service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number and email address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform work sowing native warm-season prairie grass seed, specifically: Switchgrass, Indiangrass; Big Bluestem; and Little Bluestem. Include firm's capability to execute sowing and productive growth of prairie grass seed or comparable work, performed within the past 5 years. Provide a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 2 examples. Provide a description of equipment and methods used for seeding. 4. Firm's Business Size: Large Business (LB), Small Business (SB), 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Economically Disadvantaged Women Owned Small Business (EDWOSB). 5. Firm's Joint Ventures (existing), including Mentor Programs and teaming arrangement information is acceptable. Interested firms shall respond to this Sources Sought Synopsis, W912EQ-14-S-0005, no later than 2:00 PM (CST), on March 19, 2014. All interested firms must be registered in the System for Award Management (SAM), to be eligible for award of Government contracts. Mail, fax, or email your response to: U.S. Army Corps of Engineers, Memphis District, 167 N. Main St, Rm 202, Attention: Jackie Primer, Memphis, Tennessee, 38103; Email: Jackie.Primer@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-14-S-0005/listing.html)
- Place of Performance
- Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN03304552-W 20140308/140306235703-226df2eb90669db8d25799236b913ac3 (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 |