Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
SOLICITATION NOTICE

F -- F--099 Marine Habitat Services to Survey, Map, Transplant, and Monitor Marine Habitats at Locations in California

Notice Date
3/13/2020 5:18:31 PM
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247320R0054
 
Response Due
6/3/2020 4:30:00 PM
 
Archive Date
06/18/2020
 
Point of Contact
Ryan J. Kenniff, Phone: 6195321236
 
E-Mail Address
ryan.kenniff@navy.mil
(ryan.kenniff@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The source of the requirement is the Naval Facilities Engineering Command Southwest (NAVFAC SW), Environmental Business Line. The Navy and Marine Corps require natural resources management, facility related services, in order to meet various legal and regulatory stewardship requirements for federal land. These services are consistent with FAR 37.101 definition for services contracts. The acquisition strategy is to pursue multiple award, indefinite delivery / indefinite quantity (IDIQ) contracts for firm-fixed price (FFP) ordering of marine habitat services, with an aggregate ceiling amount of $10 million. The Government intends to award multiple ordering contracts as a result of the pending solicitation per FAR Subpart 16.5 policies and procedures, as supplemented; it is anticipated that up to four basic contracts may be awarded. The Government will use the procedures of FAR 15, Contracting by Negotiation; the solicitation utilizes source selection procedures that require offerors to submit a technical proposal, past performance and experience information, and a detailed pricing�proposal for evaluation by the Government.�The performance period will be for a two-year base period plus one three-year option ordering period to remain within the five year limitation of FAR 17.204(e), as supplemented. This procurement will replace contracts for similar services awarded in FY16 for $10M (indefinite quantity estimate).� Information about the current contracts and the incumbent contractors (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package.� Requests under the Freedom of Information Act are not required for this information. The work is for services to survey, map, transplant, and monitor marine habitats at locations in California, including obtaining permits as required and producing deliverables as requested. The types of marine habitat services that may be ordered under this requirement include, but are not limited to, the following: marine biological monitoring, surveying, and mapping ranging from intertidal to deep water; eelgrass surveying, mapping, transplanting, and monitoring; natural resources management plans; aerial photo interpretation of water use and natural resources; integration of geographic information systems (GIS) into monitoring, surveys, and reporting; and supporting research services on natural resource related topics. All diving operations by scuba or Surface Supplied Air will be conducted per the allowable depths and duration as prescribed by US Army Corps of Engineers EM 385 1-1 (or current version) Safety and Health Requirements. The Product and Service Code is F099 Other Natural Resources and Conservation Services, and aligns with the DOD�s taxonomy of services associated with the acquisition of services for Facility Related Services. All of the work will be ordered by issuance of�written task orders issued by a NAVFAC Contracting Officer. Task orders will be competed in accordance with the fair opportunity procedures of the Federal Acquisition Regulation (FAR) 16.505 (b) (1) (i) - Indefinite- Delivery Contracts, ordering for actual work projects as they arise.�Task Order awards may be based on the following procedures: (1) to the firm providing the lowest price based on pre-priced Exhibit Line Items Numbers (ELIN); or (2) through competition, either price-only or best-value per the orders' acquisition plans, amongst the contract holders for related work requirements of the marine habitat services that are not covered by pre-priced ELIN. Several task orders may be issued simultaneously for work to be performed in different geographic locations, and�Contractors are expected to successfully manage all task orders awarded to them. The offeror will furnish a detailed price proposal of multiple line items, which are dictated by the Government, with the intent to set up for pre-priced ordering of firm fixed-price services throughout the ordering period.�Each offeror will have three sets of ELIN�to be priced: a two-year base period, a three-year option period, and a reserved six-month period in accordance with FAR 37.111 authority for safeguarding. For the administrative convenience of the Government, these line items will be consolidated into one Contract Line Item Number�(CLIN) for IDIQ ordering of projects and services. The pending solicitation described�here is a 100 percent small business set-aside.� The Government will only accept offers from small business concerns. A sources sought notice N6247319SMH01�for this procurement was posted on April 22, 2019,�on NECO and FBO, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms.� As a result of the market research analysis, a determination was made to set aside this procurement for small businesses.� The NAVFAC SW�small business office has documented concurance�of�this decision.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2827add006f74257a206f5b86f8d46ce/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN05588353-F 20200315/200313230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.