Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SOURCES SOUGHT

F -- IDIQ for natural resources related services at various locations in Arizona, California, Nevada, New Mexico, Oregon, and Washington.

Notice Date
12/13/2011
 
Notice Type
Sources Sought
 
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
N6247312R2009
 
Response Due
1/17/2012
 
Archive Date
2/3/2012
 
Point of Contact
Penny Brown: penny.brown@navy.mil
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP). NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. This notice is a market research tool being utilized to determine the availability of sources and adequacy of potential business sources prior to determining the method of acquisition. No solicitation document exists. Should the Government elect to proceed with an acquisition; a separate solicitation notice will be issued. The intent of this sources sought synopsis is to identify potential qualified Small Disadvantaged Businesses; 8(a) Businesses; Historically Underutilized Business Zone (HUBZone) Small Businesses; Service Disabled Veteran Owned Small Businesses; Woman Owned Small Businesses and Small Business concerns capable of providing Natural Resources related services. The NAICS code is 541690; other Scientific and Technological Consulting Services. The small business size standard is $7 million. The Naval Facilities Engineering Command, Southwest is seeking sources with current relevant qualifications; experience; personnel; and the capability to provide all expertise; permits; knowledge of regional and local flora and fauna; knowledge of applicable federal; state, regional and local regulatory frameworks and their implications for federal lands; supervision and management; labor; incidental engineering; travel; transportation; equipment and material necessary in performing natural resources related services at various locations in Arizona, California, Nevada, New Mexico, Oregon, and Washington. Natural resources related services include, but are not limited to, general and species specific flora and fauna surveys, vegetation community surveys, biological monitoring for sensitive species; native plant community restoration design, implementation, monitoring, and adaptive management to meet success criteria, preparation of and updates to natural resource management documents (erosion control plans, fire management plans, Integrated Natural Resources Management Plans, etc). Additional services include preparation of natural resource-related regulatory documents (biological constraints report, biological assessment, NEPA documentation, etc.). Sources shall demonstrate that they have active 10(a)(1)(A) permits or have the ability to obtain the necessary permits for listed species and that they are capable of executing the GIS/GPS effort associated with projects (taking GPS points, map-making, error correction, modeling, data analysis, etc); the ability to communicate with diverse stakeholders; to navigate complex logistical situations; synthesize and summarize large amounts of information to highlight important management objectives and implementation recommendations; possess or be able to obtain a security clearance at the level sufficient to access military bases. The majority of work is expected within all ecotypes primarily located in California, and to a lesser extent in Nevada, and Arizona. Performance will be at various Federal sites with projects occurring simultaneously at multiple sites. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. No telephone calls or emails requesting a bid package or solicitation information will be accepted. There is no bid package or solicitation package available for this notice. In order to protect the procurement integrity of any potential future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be provided and no appointments for presentations or briefings will be allowed. The government will use responses to this sources sought synopsis to make appropriate acquisition decisions. Should the government decide to proceed with this acquisition; a separate solicitation notice will be published on NECO & FedBizOpps Websites. Upon review of industry response to this sources sought synopsis, the government will determine whether a set-aside acquisition in lieu of full and open competition is in the government s best interest. The government anticipates the acquisition, if issued, to be solicited and awarded as an Indefinite Quantity, Indefinite Quantity (IDIQ) contract for services. The duration of the contract is anticipated to be for one (1) base year from the date of a contract award with two (2) one (1) year government option years. A response to this sources sought synopsis will not be considered an adequate response to any forthcoming solicitation announcement, should one be issued. A response to this sources sought synopsis will not result in your firm s name being added to a plan holders list to receive a copy of a solicitation. Work would be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract should a contract be issued. 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 to the Contractor. The estimated value is approximately $25 million. Task order values are estimated to be between $5 thousand -$2.5 million. SUBMISSION REQUIREMENTS: Interested qualified small businesses should submit a brief capabilities statement package (no more than 15 pages in length, single-spaced, and no less than 10-point font) to the Contract Specialist, demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Company Profile to include company name, address, company point of contact name, phone number and email address, office locations(s), DUNS number, Contractor and Government Entity (CAGE) Code and a statement identifying its small business category (i.e. SDB, 8(a), HUBZone, SDVOSB, WOSB or Small Business, etc.), and current status. (2) In matrix format, provide relevant, natural resource related services experience your firm has performed within the last five years including the contract number, and Government/Agency or Firm, point of contact and current email address and telephone number. Provide a brief description of how the contract referenced relates to the required services described herein. (3) In matrix format, not to exceed 2 pages, detail the professional qualifications of your key personnel and the services they are able to perform. For each individual, detail the type and number of years of experience, permits held and relevant certifications obtained. Sub-Contractors key personnel may be listed, but must be identified as such. (4) Provide a copy of all applicable Small Business Administration certifications. (5) Provide a statement regarding firm s current ability to meet all security clearance(s) requirements for access to military property/sites/installations. Copies of SBA Certifications are not included in the 15-page count. Debriefs will not be provided in response to this notice. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance. Submit email responses to this Sources Sought announcement by 2:00 P.M. Pacific Standard Time January 17, 2012 to Penny Brown, Contract Specialist at email address, penny.brown@navy.mil, and Linda Protocollo, Contracting Officer at email address, linda.protocollo@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. This sources sought notice is for market research information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247312R2009/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN02638249-W 20111215/111213234436-de7e8fc04a73d6e78a2f61b8d9ebe39e (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.