SOLICITATION NOTICE
F -- Provide natural resources management services throughout the NAVFAC PAC area of responsibility (AOR)
- Notice Date
- 3/10/2015
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274215R1804
- Point of Contact
- Jean Kuboyama 808-471-4666
- Small Business Set-Aside
- N/A
- Description
- Naval Facilities Engineering Command Pacific (NAVFAC PAC) requires all labor, transportation, tools, equipment, materials, supplies, supervision, coordination, and management necessary to provide natural resources management services throughout the NAVFAC PAC area of responsibility (AOR), and other areas in the NAVFAC AOR worldwide as needed. The majority of the work is expected to occur in Hawaii, Guam, and the Commonwealth of the Northern Mariana Islands (CNMI). Offerors are advised that officials of the Government of Japan (GOJ) will be observing the source selection process, the evaluation of proposals and the review of other documentation. Accordingly, submission of a proposal in response to this synopsis and referenced solicitation will be considered evidence of your consent and permission for the Contracting Officer to reveal your proposal and related submissions to participating GOJ officials. Natural resources management services required under this contract are tasks commonly associated with the monitoring, management, and protection of biological resources. The primary services may include, but not limited to conducting: 1) Coordination Meetings; 2) Avian Surveys to include Mist Netting and Playback Counts; 3)Bat Surveys; 4) Insect Surveys; 5) Herpetological Surveys; 6) Land Snail Surveys; 7) Telemetry; 8) Live Capture Trapping; 9)Focused Botanical Surveys; 10) Vegetation Surveys; 11) Vegetation Restoration; 12) Plant Structure Stabilization; 13) Wetland Delineation Surveys; 14) Wetland Restoration Planning; 15) Wetland Restoration Implementation to include invasive species removal, sediment removal, installation of artificial islands, and outplanting native species; 16) Streams, lakes, and Pond Assessments; 17) Ecological Reserve Areas (ERA); 18) Integrated Natural Resources Management Plan (INRMP); 19) Regulatory Wildlife Assessments; 20) NEPA and Environmental Planning Studies; 21) Biosecurity which includes invasive species management of plants, mammals, and insects; 22) Invasive Species Fencing; 23) Educational Outreach; 24)Fire Management Plan; 25) Aerial Mapping and GIS Mapping; and 26) Miscellaneous Natural Resources Services. The applicable North American Industry Classification System (NAICS) Code is 541690, Other Scientific and Technical Consulting Services. The corresponding size standard is $15 MIL. The procurement consists of one solicitation with the intent to award an Unrestricted Multiple Award Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ), with a Partial Small Business Set-Aside for Natural Resource Management contracts, consisting of a base and four option periods under which work will be required on an as needed basis, intermittently during the life of the contract. The value of the estimated unrestricted portion of this solicitation is $29,000,000 and the estimated portion set-aside for small business is $20,000,000. The total aggregate value, for all contracts inclusive of options, shall not exceed $49,000,000 or 60 months, whichever occurs sooner. The contract performance period will consist of a base period and four option periods of 12 months each. A one-time minimum guarantee of $5,000 will be issued for all firms awarded a contract. The Government intends to make multiple awards, however, if there are less than three responsible offerors, the Government may choose to cancel the solicitation. All work will be awarded on contract task orders, on a fair opportunity basis, in accordance with FAR Part 16.505. Source selection procedures will be used to select the best value offerors using the tradeoff method in accordance with FAR Part 15. Award will be made to the Offerors whose proposals, conforming to the RFP, provides the best value to the Government, considering both price and technical factors. The technical evaluation factors are anticipated to be: FACTOR 1: Experience; Factor 2: Sample Project; Factor 3: Safety; Factor 4: Small Business Utilization; Factor 5: Past Performance; and Factor 6: Price. When combined, the technical evaluation factors will be considered significantly more important than price. Offerors can view and/or download the solicitation, and amendments if any, at the Navy Electronic Commerce Online (NECO) website at https://neco.navy.mil or the Federal Business Opportunities (FBO) website at https://www.fbo.gov when it becomes available. Hard copies of the RFP will not be issued. The RFP will be available in electronic format only and will be posted on the NECO website on or about 26 March 2015. The estimated proposal due date will be at least 30 days after the RFP is posted on the NECO website. Contractors are encouraged to register with FBO to obtain notification of important information about the RFP. Registration instructions can be found on the FBO website. Amendments will normally be posted to the website at https://neco.navy.mil. It is highly recommended that firms register on the NECO and FBO websites as planholders as this will be the only planholder s list available. It is the Offeror s responsibility to check the NECO and FBO websites periodically for any amendments or notices to the RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274215R1804/listing.html)
- Record
- SN03662605-W 20150312/150310234844-3bd733433234b98e36cd3dbd571dc89d (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 |