Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2024 SAM #8352
SOURCES SOUGHT

99 -- NAVFAC Southwest NEPA Multiple Award Service Contract

Notice Date
10/7/2024 11:41:29 AM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247325R000X
 
Response Due
11/1/2024 2:00:00 PM
 
Archive Date
11/16/2024
 
Point of Contact
Colton Abernathy, Phone: 6195458120, Aileengail Soriano, Phone: 6197055446
 
E-Mail Address
colton.j.abernathy.civ@us.navy.mil, aileengail.m.soriano.civ@us.navy.mil
(colton.j.abernathy.civ@us.navy.mil, aileengail.m.soriano.civ@us.navy.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
This is a SOURCES SOUGHT announcement for Market Research to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought is one facet in the Government's overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. This source sought is different from previous iterations as the Contracting team has rotated and the scope of work was not provided in previous postings. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will NOT be notified of the results of the evaluations. The purpose of this Sources Sought is to seek potential qualified business sources of all sizes with indication of business size classification, including indicating if you are a: 8(a), HubZone Small Business, Service-Disabled Veteran Owned Small Business, Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business. The Government will use responses to this Sources Sought Synopsis to assist the Government in making appropriate acquisition decisions. If, after review of the responses to this source sought synopsis, the Government still plans to proceed with the acquisition, a combined synopsis/solicitation will be published on beta.SAM.gov. Services to be acquired are detailed in the attached statement of work. Please note the intent of any future solicitation will be to obtain potential offerors who have the capability of providing all services outlined in the attached scope of work. Partial capability of an offeror is not what the Government seeks. Additionally, as part of this sources sought, the Government is requesting feedback from industry regarding the scope of work. As part of your submission response, please submit to the Government any scope of work comments or input you have by returning the scope of work pages with red lines/comments/input superimposed over the original scope text (using PDF editing tools). Please note that any subsequent request for proposals may have a different statement of work pending the results of this sources sought. Work will be accomplished under Task Orders that are competed under an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract with both Fixed Priced Exhibit Line Item Numbers (ELINS) and non-fixed price bid-based tasks. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written Task Orders. The proposed contract will be for a period not to exceed 7 years. The estimated value of the potential award contracts is approximately $45 million total. The North American Industry Classification System code for this procurement is 541620 � Environmental Consulting Services. The small business size standard is $16.5 million. EACH FIRM (INCLUDING JOINT VENTURES/SUBCONTRACTORS/TEAMS) MUST DEMONSTRATE KNOWLEDGE AND EXPERIENCE IN ALL THE SERVICES CITED IN THE SCOPE OF WORK AND CAN OBTAIN APPROPRIATE SECURITY CLEARANCES TO ACCESS MILITARY SITES/PROPERTY/INSTALLATIONS. Responses to Items 1-5 below, shall not exceed 15 pages (not counting Small Business Certifications).� Responses shall use Times New Roman font that is no smaller than 12 point. Do not include unsolicited materials, generic company marketing materials, and materials over the stated size limit. Companies submitting unsolicited items will be removed from the review process and your potential input will not be taken into consideration. 1. Firm Information � One (1) Page: please provide the following data for Prime only: Firm Name DUNS # CAGE # Address (primary and satellite) Number of Years in Business Two Points of Contact (with phone numbers and email address) Primary phone number 2. Questionnaire Information � One (1) Page Prime and Subs: Qualification as a Small Business on NAICS Codes: 541620 (Environmental Consulting Services. The small business size standard is $16.5 million). Business Size (Large or Small) and Status Contractors History (up to three (3) paragraphs on the contractor�s history including: years in business, number of employees, and main disciplines/experience areas of the prime contractor Potential to form a Joint Venture to perform all of the scope of work 3. Provide no more than two (2) pages listing key employees of both the contractor and all subcontractors, and their experience relative to the services described above. Employee experience with associated services identified in the scope of work. 4. Provide up to seven (7) pages listing past and current contracts/task orders (within the last 5 years), that demonstrate the contractor�s ability to perform the services described in the scope of work. Each Contractor shall use the attached Matrix and complete one sheet for each project. Ensure that all fields are completed in as much detail as possible. These projects should emphasize the parameters included in the matrix and should address the following: a) EA/OEA and FONSI with Public Meeting b) NEPA project with a Mitigation, Minimization, Monitoring, and Reporting Matrix c) Biological Assessment for federally-listed species d) Protocol surveys for federally-listed species e) Waters of the U.S. jurisdictional delineation and JD form to USACE f) Sediment characterization and dredging g) Archaeological evaluation and report 5. List/Describe two contracts/task orders completed within the last 5 years of issuance of this sources sought notice. These projects should emphasize the following parameters: Highest dollar value contracts/Task Orders relative to work described in the attached scope of work for this inquiry. The same or similar to the work requirements/experiences described above. Provide full Point of Contact Reference information for both projects. This should be someone who has knowledge of the work that was performed used to ask further questions if needed. Small Business Certifications. As appilicable, provide copies of all Small Business certifications including those issued by the Small Business Association (SBA) and those which are derived from self-reported information submitted through the System for Award Management (SAM) portal. Small Business categories include: 8(a), HubZone Small Business, Service-Disabled Veteran Owned Small Business, Small Business, Small Disadvantaged Business, Women-Owned Small Business, and Veteran-Owned Small Business. Copies of SBA Certifications will not be counted in the page limit. When and if available, the solicitation will be available by electronic media under the combined synopsis/solicitation notice and will be able to be viewed and downloaded from the SAM.gov website. There will be no paper copies issued. Amendments will be posted on the SAM.gov website for downloading. This will be the only method of distribution; therefore, it is the offeror(s)� responsibility to check the website periodically for any amendment(s) to this solicitation. Offeror(s) must be registered in the Systems for Award Management (SAM) at SAM.gov and meet eligibility requirements to participate in this procurement. Questions should be submitted by email to colton.j.abernathy.civ@us.navy.mil. Submittals/Capabilities packages must be received No Later Than 1 November 2024 .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9e28faf647c74009a768616ab03786e9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07235229-F 20241009/241007230109 (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.