SOLICITATION NOTICE
F -- SERVICES FOR EXOTIC PEST PLANT SPECIES ERADICATION AT VARIOUS LOCATIONS IN CALIFORNIA, NEVADA AND ARIZONA
- Notice Date
- 12/16/2009
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247310R0802
- Response Due
- 2/2/2010
- Archive Date
- 3/2/2010
- Point of Contact
- GRACIELA STEINWAY 619-532-4313 BEA APPLING, CONTRACTING OFFICER 619-532-1620
- Small Business Set-Aside
- Total Small Business
- Description
- Naval Facilities Engineering Command (NAVFAC), Southwest, San Diego, CA, is preparing to release a Request for Proposal (RFP) for Exotic Pest Plant Species Eradication at Various Locations in California, Nevada and Arizona. Resulting Contracts will be fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ), Exotic Pest Plant Species Eradication Multiple Award Contracts (EPPSEMAC). This procurement is a 100% Small Business (SB) set-aside. The North American Industrial Classification System (NAICS) Code 541690, Other Scientific and Technical Consulting Services. The contracts will be awarded for a base period of one year with four one-year option periods. The Government intends to award one contract with Proposed Task Order 0001 and to award the remaining contracts with the minimum guarantee of $5,000.00 each. The minimum guarantee applies to the five-year term of the contract(s). The Government reserves the right not to award Proposed Task Order 0001 identified in the solicitation or to award it at a later date after award of the basic contract(s). The aggregate value of task orders issued under the resulting contracts shall not exceed $10,000,000. The services include surveying, mapping, and eradicating exotic pest plants via both chemical and mechanical means, and provide planning, research and analysis to predict and manage land use changes and effects in various locations in California, Nevada, and Arizona. The following components are included in this effort: botanical surveys; aerial photo interpretation of land use and natural resources in non-urban areas; geographic information systems (GIS) data collection and analysis; biological monitoring; proactive prevention of weed return and expansion through native plant community planning and restoration; analysis of the effects of military training and other land uses on natural resources at species, community, and landscape scales; and the use of this information to predict ecological trends and plan weed control efforts. FAR Part 15 is applicable to this acquisition. Contracts will be awarded based on "Best Value" to the Government, price and other factors considered. The Government intends to award between three (3) and five (5) contracts. However, the Government may elect to award a single task order contract or to award any number of contracts for the same or similar supplies or services. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b). Proposals will be evaluated based on the following evaluation factors: Factor 1 - Past Performance, Factor 2 - Technical, Factor 3 - Technical Approach (Proposed Task Order (PTO) 0001) and Factor 4 - Price. PTO 0001 is for service for FY2010 Exotic Pest Plant Species Control Targeting Riparian Areas on Naval Weapons Station Seal Beach, Detachment Fallbrook, CA. A pre-proposal site visit/meeting for proposed Task Order 0001 will be conducted at the Naval Weapons Station Seal Beach, Detachment Fallbrook California. The exact date and location will be provided at a later date. All firms interested in attending the site visit must submit the following information by email no later than 07 January 2010 to Graciela Steinway at graciela.steinway@navy.mil or Fax at (619) 532-1155. Full name of individual(s) attending, social security number, date of birth, citizenship, drivers license number and state, company name, phone and fax numbers, vehicle information: year, make, model, color, and license plate number. Due to space limitations, participation is limited to two (2) representatives from each prime contractor. It is highly recommended that firms interested in attending the pre-proposal site visit bring a four-wheel drive vehicle capable of driving along unpaved roads that receive limited maintenance. Hiking boots are advisable. Costs associated with participating in the pre-proposal site visit/meeting or responding the solicitation will not be compensated. Directions to the site visit will be posted on NECO/FedBizopps website. The solicitation will be available by electronic media only and can be downloaded free of charge via the Internet World Wide Web at http://neco.navy.mil or http://www.eps.gov under solicitation number N62473-10-R-0802. There will be no paper copies of this solicitation issued. Amendments will be posted on the web site for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web site periodically for any amendment to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) http://www.ccr.gov in order to participate in this procurement. The solicitation issue date is on or about 31 December 2009. The closing date set for receipt of proposals is 02 February 2009, 2:00 PM local time. Late proposals will be handled in accordance with FAR 15.208. The POC for this solicitation is Graciela Steinway at 619-532-4313 or graciela.steinway@navy.mil and the Contracting Officer is Bea Appling at 619-532-1620 or beatrice.appling@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247310R0802/listing.html)
- Record
- SN02024893-W 20091218/091216235039-7bb45b118ca14a736a97347a40fb6f59 (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 |