Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2024 SAM #8401
SOURCES SOUGHT

S -- Mitigation and Vegetation Services

Notice Date
11/25/2024 12:06:33 PM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123825S0003
 
Response Due
12/12/2024 10:00:00 AM
 
Archive Date
12/27/2024
 
Point of Contact
Ines Corbett, Amelia Bryant
 
E-Mail Address
ines.d.corbett@usace.army.mil, amelia.k.bryant@usace.army.mil
(ines.d.corbett@usace.army.mil, amelia.k.bryant@usace.army.mil)
 
Description
This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. 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 {VOSS) 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. GENERAL SCOPE: The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement and acquisition strategy to establish a Firm Fixed Price (FFP) five (5) year Multiple Award Task Order Contract (MATOC) to provide Mitigation and Vegetation Services within the California Sacramento District area of responsibility to include but not limited to: Sagebrush-scrub upland, pine-oak woodland, valley oak, woodland, elderberry, savannah, grasslands, valley creep and riparian/upland. The potential requirement may result in a solicitation issued approximately in January 2025. If solicited, the Government intends to award a five (5) year Firm Fixed Price Multiple Award IDIQ Contract. Delivery Orders may range in value from $2,000.00 to $14,000,000.00. The total individual task orders placed against a MATOC shall not exceed $99,000,000.00 to any one contractor. The total capacity of the MATOC would be shared amongst all contractors. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 561730 small business size standard for the NAICS, 9.5M as established by the U.S. Small Business Administration, The Product Service Code for the potential requirement is anticipated to be S208 Housekeeping- Landscaping/Groundskeeping The potential task list includes but is not limited to tree removal and trimming, arborist services, tree diagnosis/assessment report preparation, tree surgery, bark scribing, vegetation clearing, chipping, and/or masticating; orchard removal and disposal; elderberry transplanting, maintenance, and abatement services; native plant propagating services: seed collection, container plant growing, seedling transport and installation; irrigation: water well drilling and pump installation, temporary irrigation system installation and maintenance, and irrigation system removal; earth grading/shaping, drainage system installation; creation of wetlands, retention ponds, and creek restoration/improvement features; mitigation site preparation: clearing/grubbing, ripping, grading, and rototilling/amendment incorporation; creation of wetlands and other central valley California native plant communities for mitigation purposes; container plant installation, maintenance, and browse/gopher protection device installation; perform vegetation maintenance duties including mowing, spraying, weeding, pruning; perform invasive species management and abatement; achieve survival rates set forth in task orders for vegetation establishment; replacement of dead and dying plants; vegetation survival studies; prepare monthly and yearly reports and site as-built records; fire break creation and maintenance; Storm Water Prevention Plan (SWPPP) permit and application processing, SWPPP on site bmp installation and removal; coordination and processing of required work and right of entry permits where applicable. Work Elements: Acquire Permits Maintain seedling health Provide water Browse Guards Mitigation sites Removing infrastructure Clean-Up Monitoring plant survival rates Replace dead plants Clearing Mowing Site layout Container plants/ Multi-year establishments Sites clean and organized Deer-friendly livestock fence NPDES stormwater compliance Soil preparation Document/Documentation Orchard removal Storm water sampling Field leveling Performing weed control Temporary deer fences Foster proper development Plant delivery Testing and reporting Grass seeding for erosion control Planting mitigation sites Transplanting elderberry shrubs Grass seeding for habitat restoration Preparing mitigation sites for planting Watering Herbivore browse Prep-work Submittals Weeding Irrigation systems Propagating seedlings Wetlands Maintain features Propagule collection Maintain plants Provide container plants The above description of work is for the purpose of general information only and is not intended to include and describe every feature or item of work or the define the scope of work. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CAPABILITY STATEMENT: The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current service contractor market capabilities. The submission is limited to 10, 8.5 x 11 inch pages with a minimum font size of point 12. 1) A statement of positive intent to submit a proposal for a MATOC 2)Offerors� name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact name, contact phone number, contact e-mail address, and statement identifying whether the company employs union or non-union workers. 3) Offerors� Experience and capability (either through self-performance in excess of 50% or the managing of one or more subcontracts as a prime) contracts of similar magnitude and complexity to the potential requirement, comparable work performed within the past six (6) years. Describe the Primes� self-performed effort, and/or Subcontractor management), brief description of the project, customer name, customer satisfaction, timeliness of performance, dollar value of the project- provide at least three (3) examples. 4) Offerors� Business size and socioeconomic type for the applicable NAICS (ex: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)). Please provide responses and/or questions by e-mail to the Contract Specialist, Ines Corbett, a, at (ines.d.corbett@usace.army.mil and CC Contracting Officer Amelia Bryant at amelia.k.bryant@usace.army.mil ) by 10:00 a.m. Pacific Time, on Tuesday, 12 Dec 2024. Please include the Sources Sought Notice number, �W9123825S0003� in the e-mail subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/44dfdc76691840b6846c2bb65992ed49/view)
 
Place of Performance
Address: Sacramento, CA 95814, USA
Zip Code: 95814
Country: USA
 
Record
SN07275096-F 20241127/241125230112 (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.