Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOURCES SOUGHT

99 -- Fort Larned National Historic Site (FOLS), Vegetation Management - Tree Shrub Plant Plan - Short Zone Acre Spreadsheet - Scope of Services - Drawings - Specifications

Notice Date
6/13/2017
 
Notice Type
Sources Sought
 
NAICS
#561730 — Landscaping Services
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P17PC00236
 
Archive Date
7/12/2017
 
Point of Contact
Carmen J Clarke, Phone: 303-969-2307, Aaron Adams, Phone: (303) 969-2789
 
E-Mail Address
carmen_clarke@nps.gov, aaron_adams@nps.gov
(carmen_clarke@nps.gov, aaron_adams@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not a request for proposal or invitation to bid. No proposal package, solicitation, specification or drawings are available with this announcement. Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests. If you choose to submit a package, clearly identify the park and project on your package (Fort Larned National Historic Site, Vegetation Management, Revegetation and Re-Contouring of Areas Impacted by Construction of Access Road, Bridge, and Parking Area) and identify your socioeconomic status (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, and Small). Your email capability information MUST be 6 pages or less and be SPECIFIC to the scope provided. You must also provide a letter from your bonding company verifying your bonding levels. Your response is due no later than 4:00 pm Mountain Time on June 27, 2017. The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a competitive set-aside or full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc.-see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. All firms should be registered and certified in www.SAM.gov. Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011. Send your email responses carmen_clarke@nps.gov and aaron_adams@nsp.gov. Analysis of the quality of responses to this sources sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement. •Park: Fort Larned National Historic Site (FOLS) •Project Title: Revegetation and Re-Contouring of Areas Impacted by Construction Access Road, Bridge, and Parking Area NAICS Code: 561730 Estimated Cost Range: Between $250,000 and $500,000 Estimated Period of Performance: June 2017 - Dec 2019 Project Description This project is a Commercial Item contract. The major tasks include, purchasing, importing fill, top-soil material, placing fill, top-soil material to address on-site grade and slope issues, re-contouring of disturbed areas, exotic plant management and mowing/bailing of prairie restoration area, procurement of native (non-hybridized) containerized trees, shrubs and seed mixes, native seeding with a rangeland seed drill, plant installation, photo and written documentation of all work conducted. ****Firms interested in the project should possess the following specialized skills and experience and address these specialized skills and experience in their responses to this Notice. A.Technical Capability: Offeror's general technical capabilities and approach to performing work required to accomplish the tasks of the contract. 1.The contractor will demonstrate successful experience in site preparation, soil scarification, and importing and placing (manipulating) soil and fill materials. 2.The contractor shall demonstrate experience with restoration methods, appropriate tools and equipment, including hydroseeding/mulching, hand seeding and raking, plant installation, and utilization of small excavators. 3.The contractor shall demonstrate knowledge of the plant communities and soil types of the project area and demonstrate knowledge regarding restoration methods appropriate in these plant communities and soil types. 4.Demonstrate successful experience in pre and post planting invasive species control with ecologically sensitive techniques and products in environmentally sensitive areas. B.Relevant Past Experience/Performance: Submit your experience in revegetation implementation, providing a maximum of 10 projects within the last 5 years that are most relevant to NPS' requirement. In addition, provide a comprehensive list of techniques and products your company has experience utilizing. 1.The contractor will demonstrate experience with manual restoration techniques including seeding, soil scarification, and installation of erosion control materials. 2.The contractor will demonstrate experience with mechanical restoration techniques, including with hydroseeding/mulching equipment. This includes equipment operation to scarify soils, remove fill, recountour area, regrade to address drainage issues, and decompact impacted soils. 3.The contractor will demonstrate successful experience preparing final reports and compiling project deliverables. 4.The contractor must have a proven history of conducting restoration in similar ecosystems and with projects of similar size and scope. 5.The contractor must have a recent history of maintaining professional and courteous relations with clients and responding to requests in a timely and responsive manner. 6.The contractor must have a proven history of invasive/exotic species control. C.Key Personnel: Key personnel for this project must possess the knowledge, skills and ability to work in a front country settings near the visiting public; to perform manual labor, install erosion control materials, operate applicable equipment, properly photo document restoration sights pre and post restoration, to summarize all work completed in a final report; and to prepare final products of high quality and in the formats requested by the requesting agency. D.Management Capability: Includes offeror's general management approach to performing work and includes: 1.Demonstrated outstanding safety record; 2.Demonstrated ability to control project costs; and 3.Demonstrated ability to meet and maintain required schedule. Bonding Capability Interested firms MUST provide a letter from their bonding company to confirm their bonding capacity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PC00236/listing.html)
 
Place of Performance
Address: Fort Larned National Historic site located outside of Larned Kansas at 1767 KS Highway 156, Larned, Kansas, 67550, United States
Zip Code: 67550
 
Record
SN04542274-W 20170615/170613234501-01447a76a2a0d8b27570b3d469f47d54 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.