SOURCES SOUGHT
S -- Martis Creek - Weed Control
- Notice Date
- 2/24/2015
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- SS-WeedControlMartisCreek
- Archive Date
- 4/24/2015
- Point of Contact
- Deanna C. Zemovich, Phone: 9165577027
- E-Mail Address
-
deanna.c.zemovich@usace.army.mil
(deanna.c.zemovich@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Weed Control - Herbicide Application, Martis Creek, California This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers -Sacramento CA. District has been tasked to solicit for and award a contract to include work that provides for Herbicide Spraying Services at Martis Creek Lake. Martis Creek Lake is located off Highway 267 between Truckee and Kings Beach, CA. All services at Martis Creek Lake are performed in areas that are accessible by vehicle. Grand Total of treated areas amount to an estimated 1,629,400 square feet. Chemicals shall be registered with the EPA and be approved for use in California and Nevada/Placer Counties. The Contractor must be certified by the State of California as a Pesticide Applicator. The Contractor shall have all licenses, certifications and registrations required by the State of California and Nevada and Placer Counties, for the types of chemicals used to fulfill contract requirements. The following herbicides are currently approved for use at Martis Creek Lake: a. Garlon 4 (EPA # 464-554); b. Roundup (EPA # 524-308); c. Karmex DF (EPA # 352-508); d. Surflan (EPA # 1471-112); e. Transline (EPA # 62719-259). This Proposed contract will be a Firm Fixed Price contract. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities and qualifications of various members of Small Business, HUBZone, SBA Certified 8(a) Small Business, Woman Owned, and Service Disabled Veteran-Owned Small Business concerns 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. Duration of this contract is for a Base year plus 4 option-years. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 561730. Small Business Size Standard for this acquisition is $7.5 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 shall be responsible for the accuracy and completeness of all data submitted. Award will be based on overall "Best Value" to the Government. Anticipated solicitation issuance date is on or about 10 MAR 2015, and the estimated proposal due date will be on or about 10 APR 2015. 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 9 MAR 2015. Offeror's response to this Synopsis shall be limited up to to 20 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 magnitude and complexity (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 CERTIFICATION of 8(a) small business and Business Size •Offeror's Joint Venture information if applicable -existing and potential Interested Offerors shall respond to this Sources Sought Synopsis no later than 3:00pm (PST) 5 MAR 2015. 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. Sacramento, CA. 95814 ATTN: Ms. Deänna C. Zemovich FAX No. (916) 557-7524 Email addresss: deanna.c.zemovich@usace.army.mil, EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/SS-WeedControlMartisCreek/listing.html)
- Place of Performance
- Address: Martis Creek Lake is located off Highway 267 between Truckee and Kings Beach, California., Truckee, California, 96161, United States
- Zip Code: 96161
- Zip Code: 96161
- Record
- SN03649828-W 20150226/150224234844-4a7ef9c27ed7d6bf4189d2dcee5587a4 (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 |