Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2013 FBO #4351
SOURCES SOUGHT

99 -- Camp Roberts SATCOM fence Oak Tree mitigation

Notice Date
10/21/2013
 
Notice Type
Sources Sought
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-14-S-0002
 
Response Due
10/30/2013
 
Archive Date
12/20/2013
 
Point of Contact
Alicia Powell, 916-557-5138
 
E-Mail Address
USACE District, Sacramento
(alicia.s.powell@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SMALL BUSINESS SOURCES SOUGHT NOTICE Notice Number: W91238-14-S-0002 Title: Camp Roberts SATCOM fence Oak Tree mitigation This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set aside is possible. North American Industry Classification System (NAICS) code 561730 with a size standard of 14.0 million dollars is being considered. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This US Army Corps of Engineers (USACE) project is for Camp Roberts SATCOM fence Oak Tree mitigation. This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the US Army Corps of Engineers (USACE). A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. Interested parties are expected to review this Notice and the draft Performance of Work (which is subject to revision) to familiarize themselves with the requirements of this project; failure to do so will be at your firm's own risk. Background: The perimeter fence at the SATCOM site has been expanded to the west of its previous location. A 40-foot-wide clear zone was established along the new fence and includes dirt roads on the interior and exterior sides of the fence and adjacent areas maintained clear of vegetation that can obstruct visibility along the fence. The goal of the work required in this PWS is to fulfill oak tree mitigation requirements for the fence re-alignment. The full number of mitigation trees required must be provided and all trees must be established and monitored for five years, including any trees that are replanted. Therefore an adequate number of trees must be planted to account for anticipated mortality to avoid a virtually endless cycle of replanting and monitoring. The trees are required to be from local genetic stock, grown from locally collected blue oak acorns. Purpose and Objectives: The purpose of this Small Business Sources Sought Notice is to identify qualified small business concerns including HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses, veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses that are interested in and capable of performing the work described herein. USACE does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this SBSS Notice, USACE may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against USACE shall arise as a result of a response to this Small Business Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Project Requirements: Provide work plan Provide a work plan for government review within 90 days. The contractor shall incorporate comments and resubmit for approval. The contractor shall implement the work plan as approved. The government will provide the contractor an AutoCAD 2012 base map and JPG format georeferenced digital aerial image of the mitigation sites as a basis for the work plan maps. The work plan shall include: Location and layout of each tree within the mitigation sites. The work plan shall include a plan view mapping of the mitigation and a text report documenting the following information: The number of trees of each species to planted at each mitigation site. The layout of trees at each site, including tree species. The watering method for trees at each mitigation site. Irrigation water must be provided via water truck or water tank trailer to the site. Water is available within Camp Roberts for filling the tanks. The irrigation method shall not cause erosion or damage to the plants, and must deliver the water to the root zone of the each plant. Irrigation water shall be contained within each trees water basin and shall not run off. Irrigation water may be stored in temporary storage tanks located in the designated areas mentioned in section 6 of this PWS. Watering schedule indicating frequency and quantity of water to be provided for the mitigation trees proposed. Plan shall be provided in PDF format at a scale where the features of the plan are clearly distinguishable and legible in a neat and easily read format. Provide detailed drawings or descriptions of proposed planting method, watering basin, co-planting configuration, browse protection and organic weed control mulch. Provide description of noxious weed prevention BMPs. Arrange all mitigation trees in a manner other than rows or a precise geometric spacing. The mitigation plantings shall have a natural appearance and shall blend in with nearby existing naturally occurring stands of trees. The plan shall adhere to the following guidelines: Arrange oak trees spaced at 20 apart, varying 10% plus or minus. Density of oaks shall not exceed 110 trees per acre. Determine and utilize most favorable areas within the mitigation sites for locating the mitigation trees. Trees shall be located no closer than 20 feet to existing trees. Install Quercus douglasii seedlings co-planted with Baccharis pilularis shrub seedlings for SATCOM fence realignment mitigation. Required numbers of plant material installed at mitigation sites co-planted with Baccharis pilularis seedlings with the required watering basin; browse protection; weed control mulch all per the approved contractors work plan. Browse protection shall protect against damage from burrowing animals, especially gophers, small herbivores such as voles, medium herbivores such as rabbits and large herbivores including deer and elk. Anticipated Period of Performance: The period of performance for this requirement is five (5) years, consisting of a one-year base period plus four (4) one-year options. Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft PWS. Capability statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address) as well as the eligible small business concern's name, point of contact, address and DUNS number. 3. Common Cut-off Date: Electronically submitted tailored capability statements are due no later than 3:00PM (Eastern Prevailing Time) on October 30, 2013. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-14-S-0002/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN03219204-W 20131023/131021233628-791ffcb16c69f749f802cdbfeb16d5c4 (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.