Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2022 SAM #7532
SOURCES SOUGHT

F -- Naval Facilities Engineering Command Northwest (NAVFAC NW) Forestry IDIQ

Notice Date
7/13/2022 10:27:33 AM
 
Notice Type
Sources Sought
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
NAVFAC NORTHWEST SILVERDALE WA 98315-1101 USA
 
ZIP Code
98315-1101
 
Solicitation Number
N4425522R2006
 
Response Due
7/25/2022 2:00:00 PM
 
Point of Contact
Steven Wells, Phone: 3603158299
 
E-Mail Address
steven.k.wells.civ@us.navy.mil
(steven.k.wells.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) code 115310 -- Support Activities for Forestry, and Product Service Code (PSC) F018 - Natural Resources/Conservation- Other Forest/Range Improvements (Non-Construction) - General: Other. The small business size standard is $8M. This notice is for market research purposes only and is not a request for proposals (RFP) and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. This notice is open for responses from small businesses. Responses will be used to determine if this requirement, or a portion of this requirement, can be set-aside for small businesses. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank responses or provide any reply to interested businesses and responses will not be returned. The information discovered in this sources sought will not be used to make contractor selections. A response is appreciated regardless of how well a firm meets the requirements. 1. Contract Information: NAVFAC NW is seeking capability statements from firms interested in proposing on a Firm Fixed Price (FFP), Indefinite Deliveries and Indefinite Quantities (IDIQ) with pre-priced exhibit line item numbers (ELIN) and task order services to achieve forestry support work. Work under this contract shall be performed at various Navy Region Northwest locations, including tenant commands. The Contracting Officer or their designated representative will indicate the exact location of work as required in each task order. The primary locations include: West Puget Sound � Naval Base Kitsap Bangor � Naval Base Kitsap Bremerton � Puget Sound Naval Shipyard � Naval Undersea Warfare Center Keyport � Naval Magazine Indian Island � Naval Hospital Bremerton � Jackson Park Housing Area � Camp Wesley Harris Rifle Range � Toandos Peninsula � Zelatched Point � Manchester � Camp McKean East Puget Sound � Naval Station Everett � � �Smokey Point Complex � � �Jim Creek Radio Communications Station Whidbey Island � Seaplane Base � Ault Field � Lake Hancock Target Range � Outlying Field Coupeville Shelton to Bangor Railroad Right of Way 2. Project Information Anticipated work includes the following: FOREST MENSURATION REFORESTATION TIMBER STAND IMPROVEMENT (TSI) VEGETATION MANAGEMENT TIMBER HARVEST PREPARATION TIMBER HARVEST SITE RESTORATION PROJECT DOCUMENTATION See the attached Performance Work Statement for additional information. 3. Submission Requirements This is not a request to submit a proposal and any submitted will not be reviewed by the Government. Interested businesses are requested to reply to this notice by submitting a response to the Capability Questionnaire (Attachment 1). The questionnaire provides the Government information about your firm that describes relevant experience and qualifications. If no experience or capabilities are associated with a particular question, please indicate that within the questionnaire. Submissions SHALL be received NO LATER THAN 2:00PM Pacific Standard Time, Monday, July 25, 2022; and should not exceed eight (8) one-sided, 8.5� X 11� pages using no smaller than 12 font size (Including the questionnaire). Graphs, photos, and other charts will not be considered in page length. Computer files must be compatible with Microsoft Suite 2017. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc) will not be considered. Submit responses to ALL of the following addresses to ensure receipt by the Government: steven.k.wells.civ@us.navy.mil cari.m.burnham.civ@us.navy.mil Responses to this notice should use the following subject line in the submission email for ease of identification: Forestry Capability Questionnaire � YOUR BUSINESS NAME Office visits or site visits to meet with NAVFAC NW personnel for the purpose of discussing this announcement will not be scheduled. 4. Additional Information Any businesses with questions concerning this notice should use the following subject line in the email: Forestry Sources Sought Questions � BUSINESS NAME Interested parties are responsible for monitoring modifications to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c87747887594cf3baebbefa7e043702/view)
 
Place of Performance
Address: Silverdale, WA 98315, USA
Zip Code: 98315
Country: USA
 
Record
SN06388104-F 20220715/220713230110 (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.