Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2017 FBO #5790
SOURCES SOUGHT

B -- Resource Surveys & Analysis

Notice Date
9/28/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893617R0049
 
Archive Date
9/28/2018
 
Point of Contact
Christopher N. Bigelow, Phone: (760) 939-2530, Mary K Jacobs, Phone: (760) 939-6043
 
E-Mail Address
christopher.bigelow@navy.mil, mary.jacobs@navy.mil
(christopher.bigelow@navy.mil, mary.jacobs@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) INTRODUCTION AND PURPOSE: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be solicited on a competitive basis and to gain market knowledge of potential sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 541330 for Engineering Services which has a corresponding size standard of $15 million. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and to make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published. (2) PROGRAM DESCRIPTION: This requirement is for technical, environmental, and encroachment services required for ongoing and new resource and survey analysis projects primarily conducted on the Naval Air Systems Command (NAVAIR) Ranges at sites located at the China Lake Range (China Lake, CA), the Sea Range (Point Mugu, CA which includes the San Nicolas Island Test Facility, and the Atlantic Test Range (Patuxent River, MD). (3) REQUIRED CAPABILITIES: The contractor shall conduct encroachment analysis; maintenance of Geographic Information Systems (GIS) databases; surveys, studies, or analyses to include terrestrial, aquatic/marine and riparian vegetation, and vertebrate and invertebrate species; historic, archaeological, anthropological and paleontological resources; geophysical and geochemical surveys of water resources; land use management studies and preparation of land and resource management plans; and environmental impact analysis and documentation. All work performed under this contract shall be defined and authorized by individual task orders. The contractor shall comply with all relevant safety and security considerations required by the Navy or other specific safety and security requirements of a host DoD installation. The contractor shall comply with all relevant NAVAIR range access procedures. Task Orders may include additional requirements for contractor qualifications to include Department of Interior Standards, Archaeological Resources Protection Act permit qualifications, or U.S. Fish and Wildlife Service authorization for working with listed species. The type and frequency of work to be accomplished under this contract varies by discipline, and the level of effort varies from routine or recurrent actions to unplanned, emergent actions. As such, a core team including Senior Scientist (Biologist), GIS Administrator, Supervisory Archeologist, and Program Manager as team leader, shall be required to respond to emergent actions within 24 hours to ensure timely response to the need of NAVAIR. The personnel positions in the below table are Key Personnel positions with the exception of the GIS Technician. Minimum qualifications are as follows: Labor CategoryMinimum Qualifications Senior BiologistFour year degree in Biology, Ecology, Zoology, or other related field, plus at least one year experience in Mojave desert environments GIS AdministratorOne year minimum experience in GIS programming and server management Supervisory ArcheologistRequirements commensurate with Secretary of Interior Standards for Archeological Professional as defined in Applicable Documents Section 2.1 (OPNAVINST 5090.1 Chapter 27-3.9) of this SOW Program ManagerFour year degree in any environmental or professional sciences, plus experience in overall program-level management National Environmental Policy Act (NEPA) SpecialistFour years minimum NEPA experience GIS TechnicianHas a demonstrated working knowledge of the following software: ESRI ArcGIS Map, ESRI ArcGIS Catalog, ESRI ArcGIS Server, ESRI Arc Spatial Database Engine (SDE), Structured Query Language (SQL) Server, Extensible Markup Language (XML), Visual Basic for applications (VBA), and Python (4) PLACE OF PERFORMANCE: Naval Air Systems Command (NAVAIR) Ranges at sites located at the China Lake Range (China Lake, CA), the Sea Range (Point Mugu, CA which includes the San Nicolas Island Test Facility), and the Atlantic Test Range (Patuxent River, MD). The services as described in this document may be required on an occasional basis at other DoD sites and lands of DoD interest as well as non-DoD lands. (5) CONTRACT TYPE: The Government is considering a 5-year Cost Plus Fixed Fee, indefinite-delivery, indefinite-quantity (CPFF-IDIQ) single award contract on a full and open basis. (6) SPECIAL REQUIREMENTS: N/A (7) ADDITIONAL INFORMATION: N/A (8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirements identified above may submit a written response. The written response shall reference solicitation number N6893617R0049 and provide a capability statement that clearly indicates the firm's experience, background, and ability to perform the required work. Contractor responses shall also include the following information: a)A reference to the solicitation number N6893617R0049 and brief title of this announcement; b)Company name and address; c)Company's point of contact name, phone, fax, and e-mail; d)Declaration as to whether a U.S. or foreign company; e)Company size (Small or Large according to the identified NAICS and size standard identified), f)If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. g)Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, h)A brief capabilities statement package (no more than 5 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. i)An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and j)Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted. Questions and comments are highly encouraged. An opportunity for a site visit will be offered after the solicitation is issued. 0 Yes 1 No *NAWCWD intends to hold a presolicitation conference in conjunction with the California Contracting/Acquisition/Procurement (CCAP) Industry Days Expo in Ridgecrest, CA on either November 1, 2017 or November 2, 2017. More detailed information regarding this event will be posted to FEDBIZOPPS no later than October 23, 2017, including a draft solicitation for this procurement. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail to the point(s) of contact listed below no later than the response date listed within this notice. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: http://www.dlis.dla.mil/jcp/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b715e7ad643e8b67c8225cb5b53fc1f)
 
Record
SN04699128-W 20170930/170928232417-6b715e7ad643e8b67c8225cb5b53fc1f (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.