Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

F -- F--Sources Sought for noxious weed control within the Upper Snake River Field Offi

Notice Date
1/12/2021 9:52:13 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
PACIFIC NW REGION PN 6615 BOISE ID 83706 USA
 
ZIP Code
83706
 
Solicitation Number
140R1021Q0014
 
Response Due
1/22/2021 12:00:00 AM
 
Archive Date
09/30/2021
 
Point of Contact
Ollivant, Kelly
 
E-Mail Address
kollivant@usbr.gov
(kollivant@usbr.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT ANNOUNCEMENT This is a Sources Sought announcement only. This is not a request for proposals, quotations, or bids. This is not a synopsis of a proposed contract action under FAR Subpart 5.2 and no purchase order will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No solicitation is currently available. This market research is to gain knowledge of interest, capabilities, and qualifications of interested vendors and will be used by the Government to shape the acquisition strategy in developing a competitive requirement. The Columbia-Pacific Northwest Regional Office of the Bureau of Reclamation is conducting market research for Firm Fixed Price Commercial Item Service purchase order(s) for identification and treatment of noxious and invasive weed species services in accordance with the requirements of the attached draft performance work statements (PWS). The required service area includes Reclamation lands surrounding: * Jackson Lake Dam located in Teton County, Wyoming * Minidoka Dam located in Minidoka County, Idaho and American Falls Dam located in Power County, Idaho * Palisades Dam and Ririe Dam located in Bonneville County, Idaho. Reclamation may award purchase orders to multiple entities base on location and capability. Each purchase order will be for a one (1) year base period, and four (4) one (1) year option periods. Reclamation cannot provide personnel or equipment to complete the requirement. Therefore, the awarded contractor(s) must provide all management, supervision, labor, and supplies. The contractor(s) personnel must have necessary expertise, qualifications, and experience to assure performance of the work in accordance with sound, safe and efficient management practices. Sources are being sought for entities with a North American Industry Classification System (NAICS) code 561730, Landscaping Services, with a Small Business Size Standard of $8.0 million. The NAICS code is listed as a woman-owned small business (WOSB) set aside, however we are requesting information on all small business sizes and categories listed in item #2 below. Responses are requested with the following information, which shall not exceed a total of two (2) pages: 1. Vendor's name, address, DUNS number, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Woman Owned, Service Disabled Veteran Owned, or 8(a) shall be indicated on first page of submission. 3. Description of capability to perform weed control services as described in the attached PWS. Include which location(s) in which you are interested in providing services (ie Jackson Dam; Minidoka Dam/American Falls Dam and/or Palisades/Ririe Dam). 4. Past performance/experience on contracts of similar sizes, describing no more than three (3) contracts completed within the past five (5) years of the issue date of this Sources Sought Notice. The past performance information should include project title, location, general description of similar specifications or scope, the Vendor�s role, dollar value of the contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor�s name and quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Interested parties can email their capabilities and relevant history to Kelly Ollivant at kollivant@usbr.gov. Responses must be received by 3:00 p.m. Mountain Time, Friday, January 22, 2021. NO RESPONSES WILL BE ACCEPTED BY FAX. Responses will not be returned. Telephonic responses will not be accepted. This is not a Request for Quotation, only a Request for Information. No award will result from this Sources Sought Synopsis. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for any information provided.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/212c2fc11e8243b7a26547696cc53511/view)
 
Record
SN05890508-F 20210114/210112230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.