Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
MODIFICATION

F -- HABITAT AND INVASIVE SPECIES SERVICES NAVFAC SOUTHWEST NAVY AND MARINE CORPS INSTALLATIONS AND OTHER GOVERNMENT LOCATIONS IN ARIZONA, CALIFORNIA, COLORADO, NEVADA, NEW MEXICO, AND UTAH

Notice Date
2/25/2022 12:58:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247322R3439
 
Response Due
3/28/2022 2:00:00 PM
 
Archive Date
04/12/2022
 
Point of Contact
Eleanor Tarrant, Phone: 6197055662, Christen M. Gonzales, Phone: 6197055440
 
E-Mail Address
eleanor.m.tarrant.civ@us.navy.mil, christen.m.gonzales.civ@us.navy.mil
(eleanor.m.tarrant.civ@us.navy.mil, christen.m.gonzales.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity contract for Habit and Invasive Species Services established under a Multiple Award Service Contract at various locations within the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW) area of responsibility (AOR) in Arizona, California, Colorado, Nevada, New Mexico, Utah, and as otherwise approved. 1. This is a NAVFAC SW combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. Solicitation No. N6247322R3439. This solicitation is issued as a Request for Proposals (RFP). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04 effective 30 January 2022. 4. This procurement is a Total Small Business Set-Aside, in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020). The Government will accept only proposals submitted by Small Business Concerns. Any proposal that is submitted by a contractor that is not a Small Business Concern will not be considered for award. Competitive proposals are being requested under N6247322R3439. The associated North American Classification System (NAICS) code for this procurement is 541690, Other Scientific and Technical Consulting Services with a small business size standard of $16.5 Million. 5. The term of the contract will be for a base period of 24 months and two (2) 36-months option periods for a total duration of eight (8) years with an additional option period of six (6) months in accordance with FAR 52.217-8 Option to Extend Services, if required, when combined is eight (8) years and six (6) months or 102 months. There will be no future synopsis in the event the options included in the contract are exercised. 6. This combined synopsis/solicitation is to perform services to provide all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary in performing invasive weed control and habitat enhancement services throughout the NAVFAC SW AOR and as otherwise approved. This procurement is to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract prepared in accordance with FAR Part 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The proposed business arrangement for this acquisition is a multiple award service contract, firm-fixed price, indefinite delivery/indefinite quantity contract with recurring and non-recurring services. Option periods will be utilized to ensure satisfactory contractor performance and validation of government requirements for continuous services. 7. Dates and places for delivery and acceptance to be established at the Task Order level. 8. The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the provision. 9. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is applicable to this acquisition and the evaluation criteria is included in paragraph (a) of this provision. If this provision is not used, describe the evaluation procedures to be used. The BEST VALUE TRADE-OFF process is selected as appropriate for this acquisition because the process allows for a tradeoff between non-cost/price factors and cost/price and allows the government to accept other than lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. 10. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. 11. FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause. 12. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. 13. The anticipated award is 4th Quarter FY 2022. 14. Defense Priorities and allocations System (DPAS): Not applicable. 15. Proposal due date and delivery location: Proposals are due by 28 March 2022 2:00 P.M., Pacific Standard Time (Pacific Time). Electronic Proposal Submission Instructions: Proposals shall be submitted electronically via Department of Defense (DoD) Solicitation Portal in the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. In order to submit a proposal through the PIEE Solicitation Portal, you must be registered as a Proposal Manager in the DoD PIEE Suite. PIEE Solicitation Vendor Access Instructions are provided as Attachment . Offeror must comply with the detailed instructions for the format and content of the proposal; if the proposal does not comply with the detailed instructions for the format and content of the proposal, the proposal may be considered non-responsive and may render the Offeror ineligible for award. Proposal due date and delivery location: The Offeror should address all evaluation factors and shall submit the proposal electronically using the PIEE Solicitation Portal at https://piee.eb.mil/. PIEE Solicitation Portal is the only electronic commerce method authorized for the submission of proposals in response to this solicitation. Attachment labeled PIEE Solicitation Module Vendor Access Instructions is the Vendor registration guide and provides step-by-step instructions for new user to self-register for a PIEE user account and existing users to add additional roles. The Proposal Manager role is required to submit an offer to a solicitation in the PIEE Solicitation Module. Submissions outside of the PIEE Solicitation Portal will not be considered. Offerors are responsible for submitting proposals to reach the Government office designated in the solicitation by the time specified in the solicitation. Offerors must comply with the detailed instructions for the format and content of the proposal; if the proposal does not comply with the detailed instructions for the format and content of the proposal, the proposal may be considered non-responsive and may render the Offeror ineligible for award. All Offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information is found at https://sam.gov/. Complete SAM registration means a registered DUNS and CAGE Code numbers. 16. Inquiries regarding the RFP can be submitted electronically using the Request for Information (RFI) Data Sheet provided as Attachment C of this solicitation.� The Point of Contact (POC) for inquiries is Eleanor Tarrant at eleanor.m.tarrant.civ@us.navy.mil. The Government cannot guarantee a response to inquiries received less than 10-calendar days before the proposal due date. Please include RFP N6247322R3439 Habitat and Invasive Species Services on all RFIs.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c399978e2fef47d58240d9a1e605c7dd/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06250917-F 20220227/220225230108 (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.