SOURCES SOUGHT
R -- 499 Services to Survey, Map, Transplant, and Monitor Marine Habitats at Various Locations in Alaska, California, Hawaii, Oregon, and Washington
- Notice Date
- 9/8/2014
- Notice Type
- Sources Sought
- 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
- N6247314S1422
- Response Due
- 10/9/2014
- Archive Date
- 10/24/2014
- Point of Contact
- P. Brown, Contract Specialist at telephone number:(619)532-3859;
- E-Mail Address
-
.
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities Engineering Command Southwest is issuing this Sources Sought Notice to determine whether there are potentially qualified small businesses; 8(a) sources; Historically Underutilized Business Zones (HUBZone) Small Business; Service-Disabled Veteran Owned Small Business; Small Disadvantaged Businesses; Women-Owned Small Businesses; Veteran-Owned Small Businesses that can perform the Services required to Survey, Map, Transplant, and Monitor Marine Habitats at Various Locations in Alaska, California, Hawaii, Oregon, and Washington. The Contractors shall furnish all labor, management, supervision, tools, materials, equipment, incidental engineering, travel and transportation necessary to survey, map, transplant, and monitor marine habitats in Alaska, California, Guam, Hawaii, Oregon, and Washington. Services to be performed under the potential contract include eelgrass surveying, mapping, transplanting, and monitoring; aerial photography; general in-water survey and mapping; and exotic marine vegetation and alga surveys. The Period of Performance will be for a base year and four (4) option years. The work will be assigned by Task Orders issued by the Contracting Officer and performed at various locations in Alaska, California, Guam, Hawaii, Oregon, and Washington. The contractor shall accomplish all disciplines coordination; the Government will not coordinate the work for the Contractor. PURPOSE: (1) Seek potentially qualified small business sources, with indication of business size classification, including: 8(a) History Underutilized Business Zones (HUBZone) Small Business Service-Disabled Veteran Owned Small Business Small Business Small Disadvantaged Business Women-Owned Small Business Veteran-Owned Small Business Note: Small business size standard earnings ceiling is $7 million gross annual income (averaged over the past 3 year period). (2) Determine if the contractor is submitting as any of the following: *Under Teaming Agreement, with the prime and subcontractors *Small Business Administration (SBA) Approved Mentor Protégé Agreement *or Other Joint Venture Agreements The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. If, after review of the responses to this sources sought synopsis, the Government still plans to proceed with the acquisition, a Pre-Solicitation Announcement will be published to the Navy Electronic Commerce On-line (NECO) system, and Federal Business Opportunities (FedBizOpps). This is not a solicitation announcement for proposals and no contract will be awarded directly from this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls requesting a solicitation package will be accepted because there is no solicitation package . In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the Technical Point of Contact (POC) will not be provided and no appointments for presentations will be made. SYNOPSIS: Required NAICS business experience classification code is 541690, Biological Consulting Services, which has a Small Business Size Standard of $7.0M. Naval Facilities Engineering Command, Southwest is seeking sources with current relevant qualifications, experience, personnel, and capability to provide, under contract, all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary in performing natural resources related services. Work may include, but is not limited to, marine resource surveys and habitat restoration along with orthorectified aerial photography (including single beam and/or side-scan sonar). Performance will be at various Federal Government sites with projects occurring simultaneously at multiple sites, and may require the contractor to obtain security clearance level sufficient to access military bases/property/sites and installations. Work locations include Alaska, Arizona, California, Guam, Hawaii, Nevada, Oregon, and Washington, however the majority of work is expected to be in California. Work will be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) type contract. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer and/or his/her properly authorized representative, who will issue written Task Orders to the Contractor. Award of Task Orders will be on a firm fixed-price basis. The proposed contract will be for a base period of 12 months, and four 12 month option periods. The firm (including subcontractors) MUST be able to demonstrate knowledge AND experience in ALL of the above cited services AND have the ability to obtain appropriate security clearances to access military site/property/installations. SUBMISSION REQUIREMENTS: Responses to this sources sought notice shall not exceed twenty (20) pages and will be prepared using Times New Roman font no smaller than 12 point. Two sided pages will count as two pages. Provide copies of any and all Small Business certifications including those issued by the SBA and those which are derived from self-reported information submitted through the System for Award Management (SAM) portal. Small Business categories include: 8(a), HUBZone Small Business, Service-Disabled Veteran Owned Small Business, Small Business, Small Disadvantaged Business, Women-Owned Small Business, and Veteran-Owned Small Business. Copies of SBA Certifications will not be counted in the twenty (20) page limit. 1.Provide a one (1) page cover sheet that MUST include the following: Contractor name, address, primary phone number. Contractor s SBA Size status of the business relative to NAICS code 541690, Biological Consulting Services. Two Points of Contact with telephone numbers and e-mail addresses. Short description of the contractor s history including years in business, number of employees, and main disciplines of the contractor. Statement of past and current ability to meet all security clearance(s) requirements for access to military sites/property/installations. 2.Provide up to two (2) pages listing key employees of both the contractor and all subcontractors, and their experience relative to the services described above. 3.Provide up to seventeen (17) pages listing past and current contracts/task orders that show the contractor s ability to perform the services described above. Use the attached Matrix sheet and complete one sheet for each contract/task order. Ensure that all fields are completed in as much detail as possible. 4.When determining the type of contracts/task orders to include, participants should give greater consideration to the following: Contracts/Task Orders valued at $5,000.00 to $500,000.00 that are the same or similar to the work requirements/experiences described above. Contracts/Task Orders for services that are the same or similar to the work requirements/experiences that were performed in Alaska, California, Hawaii, Oregon, and Washington. Provide full Point of Contact Reference information on as many projects as possible. This should be someone who has knowledge of the work that was performed. Contact information should include: name, job title, phone and email address. SUBMITTAL PACKAGE REQUIREMENTS: Submittal/capabilities packages shall be submitted in hardcopy and electronic format on a CD-ROM format in searchable PDF formats. Firms shall provide one original and three (3) copies of the Submittal/capabilities package in hardcopy and electronic format on a CD-ROM. Submittal/capabilities packages shall be submitted to the following address by mail or hand delivery by the date and time set for receipt: NAVFAC SOUTHWEST ATTN: CODE ACQ4, PENNY BROWN 1220 PACIFIC HIGHWAY, BLDG. 128 SAN DIEGO, CA 92132 Submittals/Capabilities packages identify the sources sought solicitation number and title, and must be received before 2:00 P.M. Pacific Standard Time (PST) on October 9, 2014. SUBMITTAL INQUIRY POCs: Penny Brown, Contract Specialist (619)532-3859 Dale R. English, Contracting Officer (619)532-4150
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247314S1422/listing.html)
- Record
- SN03500383-W 20140910/140909022216-0ccf498c00d890508ab6248b3c3e071a (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 |