SOURCES SOUGHT
F -- Tree Mitigation Services Multiple Award Task Order Contract (MATOC)
- Notice Date
- 3/28/2022 9:48:08 AM
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123822S0030
- Response Due
- 4/15/2022 4:00:00 PM
- Point of Contact
- Barton Kirkpatrick, Phone: 916-557-7692
- E-Mail Address
-
barton.t.kirkpatrick@usace.army.mil
(barton.t.kirkpatrick@usace.army.mil)
- Description
- This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.� NO AWARD will be made from this Sources Sought Notice.� NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation.� Requests for any of this information will go unanswered.� If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. Accordingly, interested contractors having the skill, capabilities and workload capacity necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below.� All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.� The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform land mitigation and vegetation clearing efforts.� Other than small business is encouraged to express interest and submit capability statements as well. �� Contractors� capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition.�� Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in May 2022 The Government intends to award a 5 year Firm Fixed Price Multiple Award IDIQ Contract NAICS Code: 561730 Landscaping Services Small Business Size Standard: $8M Product Service Code: F006 Land Treatment Practices PROJECT DESCRIPTION: This requirement and anticipated acquisition strategy is to establish a Firm Fixed Price 5 year Multiple Award Task Order Contract (MATOC) to provide landscaping services within the Sacramento District Area of Responsibility�within California for Civil Works Projects. This work will be accomplished with individual task orders against the MATOC, as allowed by DFARS 217.204(e)(i). The MATOC IDIQ ceiling is estimated at $49,000,000. GENERAL SCOPE: Work anticipated under this MATOC includes, but is not limited to mitigation and vegetation clearing efforts within the Sacramento District Area of Responsibility within California for Civil Works Projects. This work will be accomplished with individual task orders against the MATOC. As allowed by DFARS 217.204(e)(i), the ordering period for this MATOC is five (5) years. The potential task list includes but is not limited to tree removal and trimming, arborist services, vegetation clearing, orchard removal and disposal to include removal of irrigation systems, elderberry transporting to include maintenance and abatement services, native plant propagating services, creation of wetlands, mitigation site preparation, vegetation maintenance duties to include weed control and pruning, invasive species management and abatement, vegetations survival studies, fire break creation and maintenance, Storm Water Prevention Plan (SWPPP) and other permit and application processing, SWPPP on site Best Management Practices (BMP) installation and removal, installation signage to include project signs and interpretive signs, traffic control as needed for hauling ingress and egress routes, stockpiling of materials, temporary and permanent erosion control, water management, retention and pond installation and wetland creations. CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market capabilities. Please provide your response to the following.� The submission is limited to 10 8.5 x 11 pages with a minimum font size of 12. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.� This notice is for information and planning purposes only.� The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 04:00 Friday, 15 April Submit response and information through email to: Barton.T.Kirkpatrick@usace.army.mil. Please include the Sources Sought No. W9123822S0030 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/57e3eace406347859a1d2365991c719a/view)
- Place of Performance
- Address: Sacramento, CA, USA
- Country: USA
- Country: USA
- Record
- SN06281514-F 20220330/220329211521 (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 |