Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2010 FBO #3056
SOURCES SOUGHT

F -- Invasive Plant Treatments, Ft. Carson, CO (Herbicide Treatments)

Notice Date
4/5/2010
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-10-T-0115
 
Response Due
4/13/2010
 
Archive Date
6/12/2010
 
Point of Contact
Jessica Merrill, 719-526-0773
 
E-Mail Address
Fort Carson DOC
(jessica.l.merrill@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Mission and Installation Contracting Command - Directorate of Contracting - Fort Carson, Colorado is conducting market research for the following options: treatment of invasive plants on Fort Carson Colorado in Colorado Springs, CO. The Fort Carson requirement consists of two installations; the Fort Cason area and the Pinon Canon Maneuver Site (PCMS) near Trinidad, CO. The Fort Carson area consists of 137,000 acres and has significant disturbance due to military training. The Pinon Canon Maneuver site consists of over 238,000 acres and historically has been affected by much fewer training impacts. Both installations require invasive plant herbicide treatments to augment current biological and cultural methods which are ongoing. The majority of invasive plant management issues occur on Fort Carson and include state listed species such as Tamarisk, Canada Thistle, Perennial pepper weed, Whitetop, Teasel, Yellow and Dalmatian toadflax, Diffuse, Spotted, and Russian Knapweed. PCMS invasive plants primarily include Russian Knapweed, Tamarisk, Whitetop, and Canada Thistle. A contract to provide annual herbicide treatments of between 100-600 acres of combined weed management on the two installations will be offered. The Government is contemplating an Indefinite Delivery Indefinite Quantity type contract with a base and four option periods with delivery orders to be awarded on an as needed basis. The contemplated minimum guarantee to be provided to the contractor is 100 acres. The Estmated contract maximum for the base and four option periods is $1,000,000.00. The requirement is for the Contractor to provide price to perform treatment of invasive plants per square acre and per square foot. The purpose of this Sources Sought notice is for market research to determine the method of acquisition based on the availability and adequacy of potential sources prior to issuing the solicitation. The Governments determination on how to compete the proposed requirement will be made based on responses to this notice and is at the sole discretion of the Contracting Officer. The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. This is NOT a Request for Quotes (RFQ). The RFQ is expected to be posted to FedBizOpps in April/May 2010. Responses to this notice should include: 1) A written narrative of contractors capability to perform treatment of invasive plants; 2) Company size in relation to the applicable North American Industry Classification System code (NAICS) 561730, size standard $7.0 Million; 3) Commercial and Government Entity (CAGE) Code; 4) The socioeconomic status of the company, i.e., Small Business Concern, 8(a) business, HUB Zone Small Business, or Service Disabled Veteran Owned Small Business; 5) Any comments or conerns about the requirements or description for this contract if applicable 6) Point of Contact information to include name, email address, telephone and fax numbers; 7) Past performance information for services performed that are similar in nature in scope. Include dollar value of the contract and whether you performed work as a prime or sub-contractor; 8) Discuss the percentage of work, based upon the description that you would be able to performed with your own workforce. Depending upon the type of contract issued FAR Clause 52.219-14, Limitations on Subcontracting, may be included in any resulting solicitation. The responses must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. No telephone requests or requests for capability briefings will be honored as a result of this Sources Sought Notice. This information will be used only for market research purposes and will not be used as a part of proposal evaluation later. All information received will be protected and safeguarded as Acquisition/Source Selection Sensitive in accordance with FAR Part 3.104, Procurement Integrity. Responses to this notice are limited to five (5) pages, single sided, size 12 font and shall be e-mailed to the Contract Specialist, Jessica Merrill at jessica.l.merrill@us.army.mil. All responses must be received no later than 5:00pm Mountain Standard Time on 13 April 2010. Please submit all questions in writing. Registering as an interested vendor is not enough to indicate ability and will not be considered as submission under this sources sought notice. Contracting Office Address: Mission and Installation Contracting Command, Directorate of Contracting, 1676 Evans St, Bldg. 1220, 3rd Floor, Fort Carson, CO 80913
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e31517ddc1ab0aa7f1d1393a179afa06)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02112419-W 20100407/100405234350-e31517ddc1ab0aa7f1d1393a179afa06 (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 |
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.