SOLICITATION NOTICE
F -- Habitat Enhancement Services
- Notice Date
- 4/25/2014
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247314R4807
- Archive Date
- 7/15/2014
- Point of Contact
- Elia Ram (619) 532-3074 Primary Point of Contact:
- E-Mail Address
-
am@navy.mil<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Naval Facilities Engineering Command, Southwest, San Diego, CA, is preparing to release a Solicitation for Habitat Enhancement Multiple Award Service Contract (MASC) at various locations in Arizona, California, and Nevada. The resulting contract(s) will be Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ), with pre-established fixed contract prices. This procurement is set aside as a Service-Disabled Veteran-Owned Small Business (SDVOSB) with the intent to award three to five FFP multiple award service contracts under the North American Industrial Classification System (NAICS) Code 541690, Other Scientific and Technical Consulting Services. The small business size standard is $14.0 million. Contracts will be awarded for a base period of 12-months, with four, 12-month, option periods and a minimum guarantee of $5,000.00. The minimum guarantee applies to the 60 month term of the contract(s). FAR Clause 52.217-8 Option to Extend the Services will be incorporated in the resulting contracts. The aggregate value of all task orders issued under the contract(s) will not exceed $40,000,000. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). The services to be acquired include habitat enhancement services to perform needed project site preparation, restoration, revegetation, exotic plant control, erosion control, grading, earth moving, contouring, stabilization, native planting and seeding, site maintenance, weed abatement, biomonitoring, signage, fence installation, and other associated tasks in Arizona, California, and Nevada. Services may be performed in sensitive habitats that are subject to environmental regulations such as, but not limited to, the Endangered Species Act and/or Clean Water Act. Restoration/revegetation work includes recontouring, seeding and/or planting of large disturbed areas, mapping and control of invasive plant species, visual blocking of excess trails to prevent additional disturbance, the establishment of a variety of revegetation plots and the development of new techniques and approaches. Erosion control projects include techniques for increasing water retention and providing runoff control in unstable areas to minimize hazardous environmental conditions, to protect resources, and to reduce maintenance costs. Some projects may occur in areas with rare or federally listed species so that surveys, mapping, bio-monitoring, and fencing may be required. The work completed under this contract is vital to the practice of sustainable land management on military installations and thereby will ensure the continuation of realistic military training on the installations. Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. Contracts will be awarded based on a Lowest Priced, Technically Acceptable (LPTA) evaluation methodology. Proposals will be evaluated based on price and the following non-price factors: Factor 1: Past Performance, Factor 2: Safety; Factor 3: Corporate Experience; and Factor 4: Technical Approach (Scenario). The solicitation will be available by electronic media under pre-solicitation notice N62473-14-R-4807 and can be viewed and downloaded from Federal Business Opportunities online located at https://www.fbo.gov on or about 12 May 2014. A site visit is not required. There will be no paper copies of this solicitation issued. Amendments will be posted on the www.fbo.gov website for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the website periodically for any amendment(s) to this solicitation. Offeror(s) must be registered in the Systems for Award Management (SAM) at www.sam.gov and meet eligibility requirements to participate in this procurement. The closing date set for receipt of proposals is 30 calendar days from the date of the solicitation. Facsimile or email proposals are NOT acceptable. Late proposals will be handled in accordance with FAR 15.208. The Contract Specialist for this solicitation is Elia Ram at 619-532-3074. Questions should be submitted by email to elia.ram@navy.mil or faxed to 619-532-1155. The Contracting Officer for this solicitation is Dale English at 619-532-1620, email at Dale.English@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247314R4807/listing.html)
- Record
- SN03348968-W 20140427/140425234319-83e46e247a18401814aabed05a0edd0b (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 |