Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2019 FBO #6291
SOURCES SOUGHT

S -- Invasive Species Services at Naval Support Activity Crane; Crane, Indiana

Notice Date
2/11/2019
 
Notice Type
Synopsis
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
47522
 
Solicitation Number
N4008519R7705
 
Response Due
2/21/2019
 
Archive Date
3/8/2019
 
Point of Contact
812-854-6641
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The intent of this notice is to identify potential offerors to determine the applicable set-aside. The Solicitation Number for this announcement is N4008519R7705; The Naval Facilities Engineering Command, Mid-Atlantic, PWD Crane, is currently seeking potential sources for an indefinite delivery/indefinite quantity requirements (IDIQR) contract for invasive species services. Work will be performed at the Naval Support Activity (NSA) Crane, Indiana. The work includes the potential for multiple task orders for the treatment of invasive species infestations at NSA Crane, Indiana. The purpose of the work is to control invasive species infestations including, but not limited to, Wisteria (wisteria spp.) Kudzu (Pueraria lobata), Ailanthus (ailanthus altissima), Privet (Ligustrum spp.), Bush Honeysuckle: Tartarian (tatarica), Morrows (morrowii), Belle (. x bella), and Amur (maackii), Garlic Mustard (Alliaria petiolata), Wineberry (Rubus phoenicolasius), Japanese Stiltgrass (Microstegium vimineum), Autumn Olive (ealaegnus umbellate) and Callery Pear (Pyrus calleryana). All contractor personnel who apply pesticides shall be certified and licensed by the State of Indiana in the categories required to perform the work. The contractor shall be licensed with a Category 2 Forest Pest Management license by the State of Indiana. Low Price Technically Acceptable Source selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. The term of the contract will be 12-month base period plus four 12-month option periods for a total not to exceed 60 months. Estimated value for 60 months is not to exceed $5,000,000.00. The NAICS Code for this solicitation is 115310, Support Activities for Forestry. The Small Business Size Standard is $7,500,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor agrees in performance of the contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. Sources are sought from 8(a) firms with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices. Sources are also sought from Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Women Owned Small Business (WOSB) concerns or other small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V businesses, SDVOSB, HUBZone, WOSB or small business. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as an unrestricted procurement. Interested 8(a) Region V Businesses, SDVOB, HUBZone concerns, or WOSB, shall indicate their interest to the Contracting Officer in writing by providing a Statement of Qualifications. As a minimum the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern, or WOSB concern; SDVOSB must also provide documentation of their status, (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers, (e) describe specific portions of this type of effort your company intends to subcontract, (f) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.), and (g) provide copy(ies) of Category 2 Forest Pest Management license by the State of Indiana for the employee(s) applying pesticides. Anticipate the solicitation will be released on or about March 15th, 2019 with proposals due a minimum of 30 calendar days after the solicitation is released. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. The apparent successful offeror must be currently registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to marissa.wagler@navy.mil. The due date for responses to this Sources Sought Notice is 21 February, 2019. Responses may be submitted under Solicitation Number N4008519R7705 via hard copy to NAVFAC Mid-Atlantic PWD Crane, Attention: Marissa Wagler, Contract Specialist, Code PRX22, 300 Highway 361, Building 2516, NSA, Crane, IN 47522. Receipt of potential offeror s Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on 21 February, 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-FEB-2019); 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/notices/e1ea791b136b49e231ad1c1b26a67e8a)
 
Place of Performance
Address: 300 HWY 361, Crane, Indiana
Zip Code: 47522
Country: US
 
Record
SN05218234-F 20190213/190211230011 (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.