Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2021 SAM #7265
SOLICITATION NOTICE

F -- NATURAL RESOURCE MANAGEMENT SERVICES PREDOMINATELY IN HAWAII, GUAM, THE COMMONWEALTH OF THE NORTHERN MARIANA ISLANDS (CNMI), AND OTHER LOCATIONS WITHIN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND (NAVFAC) AREA OF RESPONSIBILITY WORLDWIDE AS NEEDED.

Notice Date
10/20/2021 6:33:32 PM
 
Notice Type
Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-21-R-1800
 
Response Due
11/15/2021 4:00:00 PM
 
Archive Date
12/17/2021
 
Point of Contact
Casey Sugihara, Phone: (808) 471-4763, Kristopher Tom, Phone: 8084744551
 
E-Mail Address
casey.c.sugihara.civ@us.navy.mil, kristopher.m.tom.civ@us.navy.mil
(casey.c.sugihara.civ@us.navy.mil, kristopher.m.tom.civ@us.navy.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 issued on 20 October 2021 to extend the proposal due date and to incorporate questions and answers. The Naval Facilities Engineering Systems Command, Pacific, at Joint Base Pearl Harbor/Hickam, Hawaii intends to award Firm- Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity(IDIQ) Multiple Award Contracts for Natural Resource Management Services (NAICS 541620). This solicitation will be issued as an unrestricted procurement with a partial small business set-aside that will result in the award of multiple award contracts that are comprised of two major divisions. The resultant contract�s Unrestricted Division is established for competing and awarding task orders to perform Government of Japan (GOJ) funded projects that support the Defense Policy Review Initiative (DPRI). The contract�s partial Small Business Set Aside (SBSA) Division is established for competing projects funded by United States appropriations. The work to be ordered under this contract will be performed predominantly in Hawaii, Guam and the Commonwealth of the Northern Mariana Islands (CNMI). The Government may also require Natural Resource Management Services in support of the U.S. Department of Defense (DoD) at various locations within the NAVFAC Pacific area of responsibility (sites in the Pacific and Indian Oceans), and other areas in the Naval Facilities Engineering Systems Command area of responsibility worldwide as needed. All Natural Resource Management Services conducted under the resultant contracts shall conform to the statutes, regulations, instructions and guidelines in compliance with the Department of the Navy�s OPNAVINST 5090.1, SECNAIST 400.35B, The National Historic Preservation Act of 1966, as amended and other Federal statutory and regulatory requirements. The general scope of work focuses on tasks commonly associated with the monitoring, management, and protection of biological resources. Many of the tasks result from the issuance of permitting requirements or impact analysis within Endangered Species Act (ESA) Biological Opinions, National Environmental Policy Act (NEPA) documents, or an installation�s Integrated Natural Resource Management Plan (INRMP). Specific Natural Resources Management Services required under this contract may include, but are not limited to, the following: (1) Coordination Meetings; (2) Fauna Surveys; (3) Flora Surveys; (4) Wetlands; (5) Habitat Restoration; (6) Biosecurity; (7) Integrated Natural Resource Management Plans (INRMPs); (8) NEPA and Environmental Planning and Support Studies; (9) Educational Outreach; (10) Fire Management Plan; (11) Aerial Mapping and GIS Mapping; (12) Diving and Marine Resource Surveys; and (13) Miscellaneous Natural Resource Services. Work will be performed in accordance with the requirements of the Performance Work Statement, and may involve regulatory compliance, planning, analyzing, and various related services on any one or a combination of more than one task order. Exact location of each effort will be designated on individual Task Orders. The multiple award contract term consists of a 12-month base period, four (4) 12-month option periods and one (1) 6-month extension of services period. Contracts will include FAR 52.217-9, Option to Extend the Term of the Contract, and FAR 52.217-8, Option to Extend Services. The Government will not issue a synopsis when exercising the option(s). The applicable North American Industry Classification System (NAICS) Code is 541620 and the corresponding small business size standard is $16.5 million (which will determine eligibility for awards under the Small Business Set Aside (SBSA) Division). The aggregate value or not-to-exceed (NTE) amount of $49 million will apply to task orders awarded against all multiple award contracts (MACs), inclusive of option periods and extension. A single, one-time minimum guarantee of $5,000 applies to each contract for the duration of the MAC. The estimated workload for the Unrestricted Division is approximately $23 million and the amount for the SBSA Division is approximately $26 million. These amounts may fluctuate with the potential need for the different types of specific services listed above and whether adequate competition exists within the SBSA Division and those contractors are capable of successfully executing those services. If one or no SBSA Division contractors submit a proposal in response to a task order request for proposal (RFP), the Contracting Officer may compete the task order amongst the Unrestricted Division contractors. This procurement consists of a single solicitation with the intent to award no more than six (6) Indefinite Delivery Indefinite Quantity (IDIQ) type service contracts to the offerors whose proposals, conforming to the solicitation, represents the BEST VALUE to the Government, price and technical factors considered. The Government reserves the right to award more than six (6) contracts if it is determined to be in the best interest of the Government. Successful awardees will compete for future work during the term of the multiple award contracts.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4452bf4564a840328b9102c49dcbafbb/view)
 
Record
SN06161098-F 20211022/211020230113 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.