Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2023 SAM #7765
SOURCES SOUGHT

F -- Gull Abatement at Trident Refit Facility, Naval Base Kitsap, Washington

Notice Date
2/28/2023 12:13:41 PM
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
NAVFAC NORTHWEST SILVERDALE WA 98315-1101 USA
 
ZIP Code
98315-1101
 
Solicitation Number
N44255FY23TRFGA
 
Response Due
3/15/2023 10:00:00 AM
 
Archive Date
03/16/2023
 
Point of Contact
Moriah Carter
 
E-Mail Address
moriah.a.carter.civ@us.navy.mil
(moriah.a.carter.civ@us.navy.mil)
 
Description
GENERAL INFORMATION Document Type: Sources Sought Notice Sources Sought Number:�N44255FY23TRFGA� � � � � � � � � � �� Posted Date: February 28, 2023 Classification Code: S10-Service NAICS Codes: 561710 Anticipated Contract Type: Firm Fixed Price (FFP) Service Contract; 5 year Option Contract (Base plus 4 Options), CONTRACTING OFFICE ADDRESS Department of the Navy, Naval Facilities Engineering Systems Command, Northwest, Regional Contract Team, Attn: Moriah Carter, 1101 Tautog Circle, Silverdale, WA 98315 DESCRIPTION Naval Facilities Engineering Systems Command Northwest (NAVFAC NW), Naval Base Kitsap Bangor (NBK), Washington, in support of the Environmental business line (EV), is conducting preliminary planning market research to obtain information from potential and eligible contractors to perform Falcon Services to harass problem birds (primarily Glaucous-winged Gulls) from multiple waterfront pier areas.� The general scope of this market research is to identify interested sources with gull abatement and falconry service expertise in order to successfully meet the performance objectives in accordance with the attached draft Performance Work Statement (PWS). Trident Refit Facility (TRF), located at Naval Base Kitsap Bangor, has a waterfront pier area. Due to the proximity of the piers to the water, roosting and nesting gulls are a nuisance, causing both a safety and health concern for the TRF employees due to the amount of gull excrement in the vicinity of personnel�s office areas. The ammonia smell enters the buildings from the Heating, Ventilation, and Air Conditioning (HVAC) systems and building vents, open doors, etc. TRF is requesting a Falcon Service to harass the problem birds from the area, to prevent the problem birds from causing both a safety and health concern. PERFORMANCE OBJECTIVES The Performance Objectives are to: 1) Reduce gull population by 90 percent each day while onsite (on average), reducing the hazard to personnel and facilities. 2) Comply with all safety and security requirements of the WRA. 3) Communicate effectively with Navy personnel throughout the course of the contract. REQUIREMENTS Eligible sources requirements: Federal Special Purpose Abatement Permit: Contractor must hold a Special Purpose Abatement permit, pursuant to 50 Code of Federal Regulations (CFR) 21.29 State Master Class Falconry Permit: Special purpose abatement permit holder must be a certified Master Falconer. Relevant Experience: Master Falconer work should have relevant experience conducting abatement in an industrial waterfront area. Eligibility for Security Clearance: Contractor(s) must be eligible and willing to attain a valid, activated National Agency Check with Inquiries (NACI) Tier 1 investigation with a Favorable Determination (within the last 10 years). The Contractor shall provide all personnel, equipment, supplies, facilities, vehicles, transportation, tools, materials, supervision, and other non-personal services necessary to perform services. In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought responses received, particularly those received from small businesses. Responses to this Sources Sought Notice permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., Small Disadvantaged Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices.� SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. The total number of pages is limited to 10 single-sided 8.5 by 11 inch pages for the Sources Sought Information form response and 2 single-sided 8.5 by 11 inch pages for a cover letter. The Sources Sought Information Form must include the following information: Firm Name, DUNS Number, Address, Point of Contact (POC) information NAICS code(s) Type of Business Experience-Provide supporting project information for experience providing gull abatement services and confirmation of falconry service expertise: Project title and dates Contractor Type (Prime or Subcontractor) Location, provide location of previous project experience Relevant experience providing gull abatement services Discussion of SOW required permits being held or being obtained Outcome of previous projects Projects that do not include all information requested above will not be considered when determining if qualified experience has been demonstrated, and may not be considered when determining a socio-economic category. Interested sources shall submit responses to this Sources Sought announcement no later than 10:00 AM Pacific Daylight Time (PDT) on 15 March 2023 via email to moriah.a.carter.civ@us.navy.mil.� Responses received after the deadline or without the required information will not be considered.� All responses will be used to determine the appropriate acquisition strategy for a future acquisition. ADDITIONAL INFORMATION This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is ONLY to invite interested vendors to submit capability statements demonstrating their ability to provide the services listed above. At this time, the Government will not entertain questions concerning the DRAFT Performance Work Statement (PWS); however, interested firms may submit comments about the PWS. The Government will not post responses or answers to submitted comments, questions, or recommendations. No reimbursements will be made for any costs associated with information provided in response to this announcement and any follow-up requests.� Respondents will not be notified of the results of the evaluation. This Sources Sought Notice is submitted in accordance with FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Invitation for Bids (IFB) or as an obligation of the part of the Government to acquire any services. Responses to this sources sought notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. No solicitation exists and solicitation requests will not be acknowledged. NAVFAC NW will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this sources sought notice that is marked �Proprietary� will be handled accordingly. Responders are solely responsible for all expenses associated with and incurred by responding to this sources sought notice. The Government reserves the right to determine how it should proceed based on the results of this action.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0c6629c9f478462483d2febbb46c4040/view)
 
Place of Performance
Address: Silverdale, WA 98315, USA
Zip Code: 98315
Country: USA
 
Record
SN06604425-F 20230302/230228230112 (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.