SOURCES SOUGHT
F -- Vegetation Management and Restoration, State of Florida
- Notice Date
- 1/3/2014
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP14Z0002
- Response Due
- 1/22/2014
- Archive Date
- 3/4/2014
- Point of Contact
- Beau Corbett, 904-232-1388
- E-Mail Address
-
USACE District, Jacksonville
(beau.corbett@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This announcement constitutes a Sources Sought Synopsis. THIS IS NOT A REQUEST FOR PROPOSAL. The responses to this Synopsis will be used as Market Research to determine the appropriate socio-economic set-aside. This announcement is for 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 award a contract. The Jacksonville District of the US Army Corps of Engineers is contemplating a Single Award Task Order Contract (SATOC) to conduct invasive species management activities on USACE lands and USACE sponsor lands throughout the state of Florida. Invasive species management activities shall include terrestrial and/or natural area vegetation management, aquatic vegetation management, and vegetation planting. The Contractor will be required to provide the appropriate labor, materials, equipment, and site superintendent for the work being performed on the task order. Site conditions will primarily be natural areas managed by the USACE or USACE sponsors. The locations may be remote and require long distance travel in adverse conditions. The Contractor will be required to have sufficient capacity to work concurrently in multiple locations throughout the state of Florida. Magnitude of Single Award Task Order Contract: $40,000,000.00 over a Five Year Period; estimated $8,000,000.00 total value of task order awards per year. The following is the draft scope of work: Invasive Plant Management Activities. Individual project sites will be described within the task orders. Project sites will be natural areas, wetlands, levees, restoration sites, areas adjacent to water control structures and/or waterways managed by the USACE or partner agencies within the state of Florida. The Contractor will treat/control all target vegetation within the treatment parameter described in the task order. Species of native vegetation shall not be treated, damaged or removed from the area unless specified in the task order. The final product of each task order shall provide a project site with 95% or more of the target vegetation controlled and minimum disturbance to native vegetation and habitat surrounding the target vegetation. Aquatic Plant Management Activities. Individual project sites will be described within the task orders. Project sites will be natural areas, lakes, rivers, canals, wetlands, restoration sites and/or waterways managed by the USACE or partner agencies within the state of Florida. The Contractor will treat/control all target vegetation within the treatment parameter described in the task order. Species of native vegetation shall not be treated, damaged or removed from the area unless specified in the task order. The final product of each task order shall provide a project site with 95% or more of the target vegetation controlled and minimum disturbance to native vegetation and habitat surrounding the target vegetation. Mechanical Control of Vegetation - Natural Area. Individual project sites will be described within the task orders. Project sites will be natural areas, wetlands, levees, and other restoration sites managed by the USACE or partner agencies within the state of Florida. Mechanical Control of Vegetation - Aquatic. Individual project sites will be described within the task orders. Project sites will be natural areas, lakes, rivers, canals, wetlands, restoration sites and/or waterways managed by the USACE or partner agencies within the state of Florida. Environmental Restoration. Individual project sites will be described within task orders. Project sites will be natural areas, levees, restoration sites and/or waterways managed by the USACE or partner agencies within the state of Florida. The Contractor will provide and install all requested vegetation within the parameters described in the task order. The Contractor shall honor normal industry standards for warranties of plant material and installation methods. All plant material shall be free of contaminants such as seeds or propagules from non-native vegetation and free of eggs or other life stages of non-native insects and animals. Vegetation Surveys and GIS Mapping. Individual project sites will be described within task orders. Project sites will be natural areas, wetlands, levees, restoration sites and/or waterways managed by the USACE or sponsor lands within the state of Florida. The Contractor will conduct surveys of entire project site for native and invasive vegetation and provide GIS data and maps that depict vegetation by species, spatial coverage, and density. Coordinate system delineation, geographic projection information and file extension parameters will be set by USACE personnel prior to the start of data collection. Special qualifications that will be required: Pesticide Applicator Licensing. The Contractor shall have staff licensed in the appropriate pesticide applicator license, Florida Department of Agriculture and Consumer Services (FDACS) Commercial Applicator License with category Natural Areas. Reciprocal licensing from states that have an agreement with FDCAS will be accepted. Off Road Equipment Operation. The Contractor staff shall be trained and prepared to operate equipment off pavement or other improved surfaces due to the nature of the work. The nature of the work covered in the PWS requires safely navigating and traversing equipment to remote locations with minimal adverse impacts. Heavy Equipment Operation. The Contractor staff shall be trained and prepared to operate equipment off pavement or other improved surfaces due to the nature of the work. The nature of the work covered in the PWS requires safely navigating and traversing equipment to remote locations with minimal adverse impacts. Response Requirements: Please provide a Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This SOC should be a maximum of ten pages and include, at a minimum: (1) your intention to submit a submit a proposal when it is formally advertised (signed letter on company letterhead); (2) socio-economic business classifications (i.e. Small Business, SBA Certified 8(a), HubZone, and/or Service Disabled Veteran-Owned Small Business, etc); (3) brief description of your company's capabilities; and (4) brief references of jobs your firm has performed within the past year on similar type work (include as a minimum a brief description of work, location of work and date work completed. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Responses to this Sources Sought Synopsis must be received not later than 22 January 2014 and shall be sent to the attention of Mr. Beau Corbett via e-mail to beau.j.corbett@usace.army.mil or by mail to U.S. Army Corps of Engineers, Contracting Division, CESAJ-CT-C, 701 San Marco Blvd., Jacksonville, Florida 32207. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this Sources Sought nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code is 562910 and the Small Business size standard is 500 employees.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP14Z0002/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN03261061-W 20140105/140103233847-027c83255d589ca6b1c1713437e5419a (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 |