Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2018 FBO #5959
SOURCES SOUGHT

F -- 099 - Other Natural Resource Related and conservation Services

Notice Date
3/16/2018
 
Notice Type
Synopsis
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
ZIP Code
92132
 
Solicitation Number
N6247318S6005
 
Response Due
4/3/2018
 
Archive Date
4/18/2018
 
Point of Contact
Penny Brown, penny.brown@navy.mil; Phone:(619) 532-3859
 
E-Mail Address
Link to the Contract Specialist Email address
(address:)
 
Small Business Set-Aside
N/A
 
Description
1. Naval Facilities Engineering Command, Southwest is seeking small business 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. The NAICS Code is 541990 - All other Professional, Scientific, and Technical Services. The Small Business Size Standard is $15 million. 2. This notice does NOT constitute a request for Proposal, Request for Quote, or Invitation for Bid. The intent of this notice is to identify potential offerors for market research purposes to determine whether to set-aside the requirement for small business concerns. 3. The anticipated/potential solicitation and resulting contract will be for a Multiple Award, Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts with an expected Not to Exceed (NTE) value of $30 Million for natural resources related services. The potential solicitation and potential resultant contract is expected to be for a base year with four one year option periods. It is anticipated there will be a minimum guarantee of $5,000 for all basic contract awards. It is further anticipated, that there is no guarantee of receiving any potential orders above the minimum guarantee of $5,000. The awardee contractor(s) will be expected to manage several task orders that may be issued simultaneously for work to be performed in different geographical areas. 4. The potential contractor shall provide natural resources related services in accordance with the potential contract requirements. All the work will be ordered by issuance of a written Task Order issued by the Contracting Officer (KO). Task Order award may be based on the following procedures: (1) To the firm providing the lowest price based on Exhibit Line Items Numbers (ELINs); or (2) Through price or best value competition for work requirements not covered by the fixed priced ELINs. Several task orders may be issued simultaneously for work to be performed in different geographic locations. Contractors are expected to successfully manage all task orders awarded to them. a. The types of natural resources services that may be ordered under the proposed resultant contract include, but are not limited to, the following: Botanical, ornithological, Mammal, amphibian, reptile and invertebrate surveys; Wetlands delineations; Biological monitoring; Soil sampling and analysis; Natural resources management plans; Native plant community planning and restoration, Wildland erosion control plans, Fire management plans; Analysis of the effects of military training or similar extensive land uses (e.g. off-road vehicle use) on natural resources at species, community, and landscape scale, and use of this information to predict ecological trends; Natural resource and land use model development (including both conceptual and mathematical modeling); Aerial photo interpretation of land use and natural resources in non-urban areas; Geographic information systems (GIS); Research on natural resource related topics; and Preparation of interpretive materials on natural resources topics (e.g. informational pamphlets and signage) 5. Performance for the potential solicitation and resultant contract will be at various Federal Government sites with projects occurring simultaneously at multiple sites, and may require the contractor to obtain a security clearance level sufficient to access military bases/property/sites and installations. 6. Sources Sought Response Requirements: Responses to this Sources Sought Notice shall not exceed five(5)pages and shall be prepared using no smaller than Times New Roman, 10 Point Font. The page size is 8-1/2 inches by 11 inches. Two sided pages will count as two pages. Responses that exceed five (5) pages may not be considered. a. Responses to this Sources Sought shall include the following: The Contractor/Potential Offeror s name, address, and primary telephone number. The Contractor s/Potential Offeror s SBA business Size Status of the business relative to NAICS code 541990 - All other Professional, Scientific, and Technical Services o Respondents must identify their firm s type of Small Business Concern category as one or more of the following: 8(a) Small Business Concerns; Historically Underutilized Business Zones (HUBZone) Small Business Concerns; Service-Disabled Veteran Owned Small Business Concerns; Small Disadvantaged Business Concerns; Women-Owned Small Business Concerns; Veteran-Owned Small Business Concerns Provide the Names of two points of contact for the Contractor/Potential Offeror, including telephone numbers and e-mail addresses Provide a short description of the Contractor s/Potential Offeror s history including years in business, number of employees, and main disciplines of the contractor Provide a short description of the Contractor s/ Potential Offeror s capability to perform the services required for this potential solicitation as described above including managing work in all geographic locations (including work that may be required to be performed simultaneously in difference geographic locations). Provide a listing of past and current contracts or task orders, including the client/project manager point contact names, phone numbers and email addresses, that demonstrate the Contractor s/Potential Offeror s ability to perform the services required for this potential solicitation work as described above. Provide a statement of past and current ability of the Contractor s/Potential Offeror s to meet all security clearance(s) requirements for access to military sites/property/installations. Provide copies of the Contractor s/Potential Offeror s 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)). Copies of SBA Certifications will not be counted in the five (5) page limit. b. Respondents shall provide one (1) Original and four (4) copies of the submittal/capabilities package in both hardcopy and readable electronic, CD-ROM, format. c. Submittal/capabilities packages shall be submitted by 2:00 p.m. Pacific Daylight Saving Time on April 3, 2018 to the following address by mail, delivery service or hand delivery: NAVFAC SOUTHWEST ATTN: ENVIRONMENTAL ACQUISITION, CODE ACQ4, PENNY BROWN REFERENCE SOURCES SOUGHT: N6247318R6005 1220 PACIFIC HIGHWAY, BLDG. 128 SAN DIEGO, CA 92132 7. The Government will use responses received as a result of this Sources Sought Notice for market research purposes and to make appropriate acquisition decisions. If the Government proceeds with plans for this acquisition, a Pre-Solicitation announcement will be published on the Navy Electronic Commerce On-line (NECO), and Federal Business Opportunities (FedBizOpps) websites. No hard copy, paper versions of an announcement and subsequent solicitation will be issued. 8. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED DIRECTLY FROM THIS SOURCES SOUGHT NOTICE. 9. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS NOTICE OR TO ANY FOLLOW-UP INFORMATION REQUESTS. 10. NO TELEPHONE CALLS OR EMAILS REQUESTING A SOLICITATION PACKAGE WILL BE ACCEPTED BECAUSE THERE IS NO SOLICITATION PACKAGE AT THIS TIME. 11. The technical point of contact information will not be provided and no appointments for presentations will be allowed in order to protect the procurement integrity of any future procurement that may arise from this announcement, if any. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247318S6005/listing.html)
 
Record
SN04857526-F 20180318/180316230947 (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.