SOURCES SOUGHT
F -- Xeriscaping and Passive Irrigation. This service requirement is for landscaping and or an alternative to traditional gardening that reduces or eliminates the need of supplemental water from irrigation.
- Notice Date
- 2/28/2014
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-14-Q-0040
- Response Due
- 3/14/2014
- Archive Date
- 4/29/2014
- Point of Contact
- Eunice A. Haynes, 9165577162
- E-Mail Address
-
USACE District, Sacramento
(eunice.a.haynes@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Ord Military Community (OMC) and Presidio of Monterey (POM) - U.S. Army Corps of Engineers, Sacramento District Attached is a Scope of Work for the OMC and POM Xeriscaping project. This Proposed project will be a Firm Fixed Price contract. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of the Certified 8(a) Small Businesses concerns that might be interested to compete and perform a Firm Fixed Price Service Contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The type of solicitation issued will depend upon the responses received to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Period of Performance of requirements from date of award to completion is 120 days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 561730 Small Business Size Standard for this acquisition is $7.0 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 51% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. The contractor is required to have a thorough understanding of compliance with State of California Qualified Storm Water Pollution Prevention Plan-General Permit and Qualified Storm Water Pollution Prevention Plan Developer for the development and Implementation - Minimum of 5 years experience for the following: Installation of quote mark low flow quote mark irrigation systems including design, meter sizing and installation and coordination with site utility providers (i.e., permitting, inspection, etc.) Installation of large underground passive irrigation systems such as EPIC. (Capability of obtaining installation Certification for an EPIC System, brand name or equal.) Knowledge and experience in prepping and installation of natural nature-type plants specific to the area of Monterey. Minor concrete work on trenches, curbs, S/W & similar amenities and minor paving for any asphalt work on roads, walks or similar items. Moderate-level grading capabilities and experience. Contractor who can perform excavation and provide examples of past experience with commercial-type landscaping that includes excavation and irrigation development of work similar in size, scope, complexity, and nature of the project. Special consideration to those who have experience in xeriscaping projects. Award will be based on overall quote mark Best Value quote mark to the Government. Anticipated solicitation issuance date is on or about 18 March 2014, and the estimated quotation due date will be on or about 18 April 2014. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 18 March 2014. Offeror's response to this Sources Sought shall be limited up to to 10 pages and shall include the following information: Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's interest in bidding on the solicitation when it is issued. Offeror's capability to meet personnel requirements. Offeror's capability to perform a contract of this size and scope (include offeror's in-house capability to execute comparable work performed within the past 3 years -a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) -provide no more than 3 examples. Offeror's Small Business Size Offeror's Joint Venture information if applicable -existing and potential Interested Offerors shall respond to this Sources Sought Synopsis no later than 1:00 pm (PST) 14 March 2014. All interested contractors must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to: US Army Corps of Engineers 1325 J. Street - Contracting Div. Room 860 Sacramento, CA. 95814 Email address: eunice.a.haynes@usace.army.mil and/or Deanna.c.Zemovich@usace.army.mil FAX No. (916) 557-7524 EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SOURCES SOUGHT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-14-Q-0040/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN03299213-W 20140302/140228234108-96bb42a531b864a709c7cafc9300ad34 (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 |