SOURCES SOUGHT
F -- Multiple Award Task Order Contract (Support Activities for Forestry)National Park Service, Intermountain Region, Santa Fe - Major Acquisition Buying Office
- Notice Date
- 2/18/2009
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, IMSF - ACG - Contracting, Cooperative Agreements & General Services P.O. Box 728 Santa Fe NM 87504
- ZIP Code
- 87504
- Solicitation Number
- N1212090054
- Response Due
- 3/20/2009
- Archive Date
- 2/18/2010
- Point of Contact
- Kelvin J. Smalls Contract Specialist 5059886083 kelvin_smalls@nps.gov;<br />
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis for the purpose of conducting market research, and obtaining industry information ONLY. No proposals are being requested, nor accepted at this time. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications from members of both large and small business concerns, including 8(a), Historically Underutilized Business Zone (HUBZone), Small Disadvantaged Business (SDB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The National Park Service (NPS), Intermountain Region, Santa Fe Major Acquisition Buying Office (Santa Fe MABO), will use information obtained through this synopsis to develop an acquisition strategy for providing forestry support activities and services. The NPS, Santa Fe MABO intends to issue a Request for Proposal (RFP) to award Multiple Award Task Order Contracts (MATOCs), for forestry support services at NPS, and Bureau of Land Management (BLM), units and locations throughout the states of (AZ, CO, MT, NM, OK, TX, UT, and WY). Typical project work under these MATOCs will include, but will not be limited to the following: (a) Fuels reduction / modification; (b) Fuels removal with limited merchantability; (c) Restoration / reforestation, and (d) Timber stand improvement. These primary types of work are briefly described as follows: Fuels reduction/modification: Operations that reduce and/or modify natural or activity fuels that are available to potentially burn in a wildfire situation. These activities include but are not limited to slashing, lopping and scattering, pruning, hand piling, machine piling, fuelbreak construction, fuelbreak maintenance, fireline construction, fuels pullback, grinding, crushing, chipping, pruning, masticating, thinning, brush beating, dixie harrowing, disking, clear cutting, partial cutting, snag cutting and herbicide application. Fuels removal/minimal merchantability: Operations that result in the removal of natural and activity fuels of varying sizes and shapes, from chips to whole trees to large logs that are available to potentially burn in a wildfire situation. These activities include but are not limited to chip hauling, slash hauling, tractor skidding. Restoration / Reforestation: Operations that result in microsite manipulations and tree and / or brush stand regeneration. These activities include but are not limited to scalping, seedling handling / preparation, seedling and / or cultivated plant plantings, seedling release, seeding, pesticide application, and weeding. Timber Stand Improvement: Operations that result in natural and managed tree stand improvements. These activities include but are not limited to thinning, masticating, girdling, pruning, and pesticide application.All work will be accomplished in accordance with individual task order statements of work and requirements. Individual task orders will provide information regarding site location, end product results, site restrictions and / or limitations. Unique site conditions and / or access may be quite variable at each location, and site visits will be highly encouraged. Based on the results of our market research, and interest demonstrated by responses to this synopsis, our ultimate goal is award of several MATOCs s to a single business type classification, or to a mix yet to be determined, of 8a, HUBZone, SBD, SDVOSB, and large / small business concerns. The North American Industry Classification System (NAICS), code for the MATOCs will be 115310. The small business size standard will be $7 million average annual revenue for the previous three years. Total contract period for each MATOC, to include all options, shall not exceed five (5) calendar years. Delivery Orders will range in value from $10,000.00 to $1,000,000.00. The total of individual task orders placed against a MATOC shall not exceed $20,000,000.00 to any one contractor. The selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project. Prospective offerors will be required to submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the offeror's price and technical proposals. For the purposes of this Sources Sought Synopsis, the NPS is requesting that interested businesses furnish the following information: (1) Company name, address, point of contact, telephone number, and email address. (2) Business type classification, 8a, HUBZone, SBD, SDVOSB, large / small business etc., (3) Provide a general statement of your qualifications, capabilities and demonstrate the capacity to perform this type of work, (4) Demonstrate experience and technical competence in the execution of projects, in the dollar value range of $10,000.00 too $1,000,000.00. Also, provide a brief description of example projects / work performed, contract number, total contract value, and period of performance for the selected examples. Contracts must be the same or similar to the work described in this announcement. (6) Responders, including joint ventures, should demonstrate that they have the capacity to perform all aspects of the types of work described in this synopsis, either by their in-house capabilities or through their subcontractor's capabilities. Existing and potential Joint-Ventures, Mentor / Protg, and teaming arrangements are acceptable and encouraged. We request electronic / e-mailed responses ONLY. Responses should be provided no later than 20 Mar 2009. The Government is under no obligation to consider information received after 20 Mar 2009 as part of the formal market research for this, or any future acquisition that may be contemplated. All responses should be e-mailed to kelvin_smalls@nps.gov. Kelvin J. Smalls, (505) 988-6083 kelvin_smalls@nps.gov Tammy K. Gallegos, (505) 988-6085 tammy_gallegos@nps.gov Contracting Office Address: National Park ServiceIMSF -ACG1100 Old Santa Fe TrailSanta Fe, NM, 87505-0360
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2372d9ebba6d512a919cd512364ca062&tab=core&_cview=1)
- Place of Performance
- Address: Primary Place of Performance AZ, CO, MT, NM, OK, TX, UT, and WY<br />
- Zip Code: 875050360<br />
- Zip Code: 875050360<br />
- Record
- SN01752347-W 20090220/090218215850-2372d9ebba6d512a919cd512364ca062 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |