Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2014 FBO #4613
MODIFICATION

F -- Vegetation Management and Restoration, Throughout the State of Florida, and the U.S. Army Corps of Engineers, South Atlantic Division

Notice Date
7/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP14R0013
 
Response Due
8/4/2014
 
Archive Date
9/8/2014
 
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 procurement action will result in a firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) to conduct invasive species management activities on U.S. Army Corps of Engineers (USACE) lands and other Federal agency lands. Vegetation management activities shall include terrestrial and/or natural area vegetation management, aquatic vegetation management, vegetation mapping and data analysis/entry and vegetation planting. The Contractor shall provide the appropriate labor, materials, equipment, and quality control for the work being performed on each task order. Sites will primarily be natural areas including environmental restoration sites, wetlands, and/or fresh water marshes on USACE or other Federal agency lands. The primary place of performance will be within the state of Florida; specific project details and locations will be provided per task order. Task orders may also be issued for work outside the state of Florida, but within the boundaries of USACE, South Atlantic Division (SAD) on a case-by-case basis as approved by the Contracting Officer. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated on Technical Merit, Past Performance and Price. Magnitude: $40,000,000.00 over a five year Period; estimated $8,000,000.00 total value of task order awards per year. The Government will hold a PRE-PPROPOSAL CONFERENCE with interested parties on Thursday, July 24, 2014, at 9:00am EST at the Wyndham Jackson Riverwalk, 1515 Prudential Drive, Jacksonville, FL 32207 US. Registration will begin at 8:00 AM, EDT at the door. Seating is limited to 100 people so we request no more than 2 people from each firm to attend. The Pre-Proposal Conference will cover discussions on the proposal submission requirements, proposal evaluation criteria and the technical aspects of the required services. Based on interest, a follow up presentation may be held after lunch to go over doing business with the Corps. A SITE VISIT to assess environmental conditions and assess the requirements within the scope of the quote mark Seed quote mark Task Order will be conducted on July 29, 2014, at 900am, EST. Contractors should be prepared for environmental conditions on site including dirt roads and standing water in treatment areas. The site visit will allow contractors to assess the site to access chemical and mechanical treatment conditions. Contractors must RSVP no later than Thursday, July 24, 2014 to attend the site visit with name, company, phone number and email address to Jeremy Crossland at jeremy.m.crossland@usace.army.mil. A meeting location will be provided to participants upon RSVP. Attendees shall bring no more than 2 individuals per PRIME CONTRACTOR. Site visits will be performed in small groups due to physical site restrictions; expect delays. Carpooling is strongly suggested. All CONTRACTOR QUESTIONS should be asked using the Bidder Inquiry System. The instructions for registering on the Bidder Inquiry System are included in the ADDENDUM TO FAR 52.212-1 in the solicitation. THIS IS A SMALL BUSINESS SET-ASIDE ACQUISITION. ALL RESPONSIBLE SMALL BUSINESS OFFERORS ARE ENCOURAGED TO PARTICIPATE. The solicitation will be issued on or about 3 July 2014 with proposals due on or about 4 August 2014. The solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. The SAM website is located at http://www.sam.gov. The NAICS Code for this procurement is 562910; the small business size standard is 500 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP14R0013/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN03421436-W 20140712/140710235828-8de2097511e6423b4eee8776e6d9a58b (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.