SOURCES SOUGHT
F -- Aerial Support Services IDIQ SATOC
- Notice Date
- 7/3/2019
- Notice Type
- Synopsis
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- Attn: CENWS-CT PO Box 3755 Seattle WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- PANNWD-19-P-007320
- Response Due
- 7/17/2019
- Point of Contact
- Shawna West, - Caroline Mueller
- E-Mail Address
-
shawna.west@usace.army.mil, caroline.b.mueller@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers (USACE) Seattle District is seeking information regarding capability, level of interest and availability of sources for an upcoming requirement for Aerial Support Services (aerial spraying and aerial seeding) for Joint Base Lewis-McChord Yakima Training Center (JBLM YTC). JBLM YTC is a United States Army training center (Army maneuver training, land warrior system testing and live fire area) located in south central Washington state. It comprises approximately 327,000 acres of land, most of which consists of shrub-steppe. The USACE Seattle District is considering the award of one Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) to accomplish this mission. The total contract capacity is anticipated to be $995,000 over a 5-year period with one base year and four option years. THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information. This Sources Sought notice is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities, and qualifications of interested firms. The North American Industry Classification System (NAICS) Code for this project is 115112 with a small business size standard of $7.5M. A concern is considered a small business pursuant to 15 U.S.C. §632(a)(2)(C)(i-iii) and 13 CFR 121. Summary Scope of Work: For this requirement, the Contractor will be responsible to provide services for the aerial application of Government-provided herbicides and seeds, as well as GIS mapping of the aerial application. The Contractor shall provide all necessary personnel, aircraft(s)/helicopter(s), supplies (e.g., fuel), and support equipment to aerially apply Government provided herbicides and seeding mixtures. The Government will provide electronic guide files to the Contractor for areas where treatments are to occur. Format of such guide files will be ArcGIS® Shape files. Response Information: Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1) A capability statement expressing interest in this requirement, describing the company and its capability to provide commercial aerial support services (1000 acres per year) in the Columbia River Basin. The Columbia River Basin will be defined as within the U.S. states; areas located east of the Cascade Mountains and west of the Rocky Mountains in the states of Idaho, Oregon, and Washington, the western part of Montana. A WSDA pesticide license or capability to acquire the license should be noted in the capability statement. 2) Firm's name, address (mailing and URL), point of contact, phone number, email address. 3) Business classification; i.e. Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Small Business, 8(a) Program, or Other. 4) Three to Five examples of similar past projects as the Prime Contractor. 5) Cage code and DUNS number of your firm. 6) Firm's Joint Venture Information (if applicable). 7) Responses to this Sources Sought will only be shared with the Government project team and held in strict confidence. Responses to the Sources Sought notice should be received as soon as possible but no later than 12:00 pm (Pacific Time) on Thursday, 17 July 2019. The responses should be forwarded to the attention of Shawna West, Contract Specialist, by email: shawna.west@usace.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUL-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/spg/USA/COE/DACA67/PANNWD-19-P-007320/listing.html)
- Place of Performance
- Address: Joint Base Lewis-McChord Yakima Training Center Yakima, WA
- Zip Code: 98901
- Country: US
- Zip Code: 98901
- Record
- SN05360023-F 20190705/190703230023 (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 |