Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
SOURCES SOUGHT

F -- Natural Resources Management

Notice Date
9/14/2015
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-A-0028
 
Point of Contact
Turner M. Hart, Phone: 9375224617
 
E-Mail Address
turner.hart@us.af.mil
(turner.hart@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-15-A-0028 The United States Air Force, AFLCMC/ Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing Natural Resources Management Services to Wright Patterson Air Force Base. The contractor shall provide all labor, facilities transportation, services, equipment and materials (except as identified as Government furnished) necessary to provide these services located on Wright-Patterson Air Force Base in accordance with the requirements of industry standards, and applicable local, state, and Federal laws. TECHNICAL REQUIRMENTS This requirement is to conduct annual natural resources management activities as outlined in the current Wright Patterson Air Force Base (WPAFB) Integrated Natural Resources Management Plan (INRMP), which broadly outlines the management activities. More specifically, the WPAFB Invasive Species Management Plan (ISMP), the WPAFB Huffman Prairie Management Plan (HPMP), and the WPAFB Wetlands and Streams Management Plan (WSMP) all provide more details on the annual management activities. The requirements include Invasive Species Management, T&E Species Habitat Restoration, and Emerald Ash Borer Management. More details can be found in the attached Draft Performance Work Statement (PWS). The North American Industry Classification System (NAICS) code for this requirement is 561730 - Landscaping Services, with a size standard of $7.5M. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. This requirement is for a period of five years. During this period the government is only obligated for actual purchases made under the BPA. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. CAPABILITIES STATEMENT Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel, as outlined in the attached Draft PWS. Capability packages must not exceed 5 pages. Responses should include the following: 1. Company name, physical and mailing address: 2. Point of contact with phone number and email address: 3. Statement of your intention to submit a bid for this requirement as a Prime contractor: 4. A statement as to whether your company is domestically or foreign owned or controlled (if foreign, please indicate the country), and whether use of any foreign national employees are contemplated on this effort: 5. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided: 6. Statement as to your capability (including financial) and capacity to perform and manage the work: 7. Statement explaining how your company will perform this work: 8. Statement clearly describing your related background and experience (last 5 years), to include contract numbers, project titles, dollar amounts, and points of contact: 9. Statement of business size in relation to the size standard stated above: 10. Statement of socio-economic status (e.g. large, small, 8(a), HUBZone, Service-Disabled Veteran-Owned small business, etc): 11. Provide Dun & Bradstreet (DUNS) number and Commercial and Government Entity (CAGE) Code: Advertising or marketing information is NOT appropriate. Responses may be submitted electronically to the following e-mail address: turner.hart@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA8601-15-A-0028, Natural Resources Management Services" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls or.xls documents are attached to your email. All other attachments may be deleted. Responses may also be mailed to: AFLCMC/PZIOBA ATTN: Turner Hart 1940 Allbrook Drive, Suite 3 WPAFB OH 45433-5344 Email: turner.hart@us.af.mil Phone: 937-522-4617 Fax: 937-656-1412 ALL INQUIRIES AND/OR RESPONSES ARE DUE NO LATER THAN NOON, LOCAL TIME, ON 08 October 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-A-0028/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03884582-W 20150916/150914235439-40ac6251e45e2200721f9ffce221f878 (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.