SOURCES SOUGHT
F -- 099 Biological Consulting Services for Marine Habitat Services to Survey, Map, Transplant, and Monitor Marine Habitats at Locations in California
- Notice Date
- 4/22/2019
- Notice Type
- Synopsis
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS, COMPLIANCE 1220 Pacific Highway San Diego, CA
- ZIP Code
- 92132
- Solicitation Number
- N6247319SMH01
- Response Due
- 5/8/2019
- Archive Date
- 5/23/2019
- Point of Contact
- Ms. P. Brown, 619-532-3859
- Small Business Set-Aside
- N/A
- Description
- The Naval Facilities Engineering Command Southwest is issuing this Sources Sought Notice to determine whether there are potentially qualified small businesses; 8(a) sources; Historically Underutilized Business Zones (HUBZone) Small Business; Service-Disabled Veteran Owned Small Business; Small Disadvantaged Businesses; Women-Owned Small Businesses; Veteran-Owned Small Businesses with current relevant qualifications, experience, personnel, and capability to provide, under contract, all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary in performing natural resources related services. The NAICS business experience classification code is 541690, Biological Consulting Services. The Small Business Size Standard is $15M. The proposed contract is anticipated to be for a two-year base period and one, three-year option period. The types of natural resources services that may be ordered under this contract include but are not limited to the following: marine biological monitoring, surveying, and mapping ranging from intertidal to deep water; eelgrass surveying, mapping, transplanting, and monitoring; natural resources management plans; aerial photo interpretation of water use and natural resources; geographic information systems (GIS); and research on natural resource related topics. All diving operations by SCUBA or Surface Supplied Air will be conducted per the allowable depths and duration as prescribed by US Army Corps of Engineers EM 385 1-1 (or current version) Safety and Health Requirements. A DRAFT Performance Based Statement of Work, in the form of Annexes and Spec Items, is provided for your reference and/or comments and/or recommended changes or corrections. However, it is noted that there is no guarantee that the Government will incorporate any recommendations, corrections or changes into the final Performance Based Statement of Work. The work will be assigned by written Task Orders issued by the NAVFAC SW Contracting Officer and performed at locations in California. The contractor is expected to be able to perform work simultaneously at multiple locations. The contractor shall accomplish all disciplines coordination. The Government will not coordinate the work for the Contractor. Award of Task Orders will be on a firm fixed-price basis. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. If, after review of the responses to this sources sought synopsis, and the Government plans to proceed with the acquisition, a Pre-Solicitation Announcement will be published on the Navy Electronic Commerce On-line (NECO) and Federal Business Opportunities (FEDBIZOpps) websites and include the small business size standard decision. SUBMISSION REQUIREMENTS: Responses to this sources sought notice shall not exceed five (5) pages and will be prepared using Times New Roman font no smaller than 12-point font. Two sided pages will count as two pages. Please include the following information in your response: Contractor name, address, primary phone number CAGE and/or Dun and Bradstreet number (DUNS #) Contractor s SBA Size status of the business relative to NAICS code 541690, Biological Consulting Services. Two Points of Contact with telephone numbers and e-mail addresses. A short description of the contractor s history including years in business, number of employees, and main disciplines of the contractor. Statement of past and current ability to meet all security clearance(s) requirements for access to military sites/property/installations. Submittal/capabilities packages shall be submitted in hardcopy format. Firms shall provide one original copy of the submittal/capabilities package. Submittal/capabilities packages shall be submitted to the following address by mail or hand delivery by the date and time set for receipt: NAVFAC SOUTHWEST, ATTN ECOMP CODE ACQ4 PENNY BROWN 1220 PACIFIC HIGHWAY BLDG. 128 SAN DIEGO CA 92132 Submittals/Capabilities packages shall identify the sources sought solicitation number and title, and must be received before 2:00 P.M. Pacific Standard Time (PST) on April May 8, 2019. This is not a solicitation announcement for proposals and no contract will be awarded directly from this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls requesting a solicitation package will be accepted because there is no solicitation package . In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the Technical Point of Contact (POC) will not be provided and no appointments for presentations will be made. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/738c9640737d21ace042c15c32f97c3d)
- Record
- SN05288797-F 20190424/190422230020 (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 |