SOURCES SOUGHT
F -- Conservation Planner Service Contract to support the USDA NRCS in Field and Area Offices throughout Washington State.
- Notice Date
- 8/4/2023 3:28:18 PM
- Notice Type
- Sources Sought
- Contracting Office
- FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
- ZIP Code
- 20250
- Solicitation Number
- 12FPC323Q0087
- Response Due
- 8/14/2023 2:00:00 PM
- Archive Date
- 08/29/2023
- Point of Contact
- Bobby Copenny, Phone: 8175093503
- E-Mail Address
-
Bobby.Copenny@usda.gov
(Bobby.Copenny@usda.gov)
- Description
- This is a Sources Sought Notice and is for information purposes only.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.� A Market Survey is being conducted to determine qualified contractors for the following proposed work. The FPAC Business Center Contracting Branch on behalf of the Natural Resources Conservation Service (NRCS), Washington State Office, is interested in awarding one (1) Firm Fixed Price Contract for Conservation Planner services to the USDA NRCS in Field and Area Offices throughout Washington State.� The intent is to award a firm fixed price service contract for the base year plus 3 option years, the later subject to the availability of funds.� The purpose of the award will be to work closely with NRCS and their clients to prepare conservation plans and conservation practice services to NRCS standards. USDA NRCS desires to increase conservation planning support through the Inflation Reduction Act (IRA) funding.� NRCS anticipates a contracted support need of fifteen or more full-time conservation planners by FY 2025 located at key locations throughout the State to support the IRA workload.� Utilizing experienced, certified conservation planners will minimize the impact on current professional staff for current NRCS programs.� The Conservation Planners will support USDA NRCS throughout Washington State.� It should be anticipated that the workload will be primarily in central and eastern Washington.� Priority of contracted support should be in the highest workload IRA program counties the first year of the contract. The Contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience.� The Contractor shall match personnel to the minimum qualifications outlined in Section 2.2 of the Performance Work Statement (PWS). Work under this contract may be performed at Government facilities or at a Conservation District office.� Telework may be authorized upon approval by the CO. Accomplishment of the results contained in the associated PWS requires work primarily in the high IRA workload counties but could also include various NRCS service area as may be identified during performance of this contract.� Contractor shall be capable of providing services for contiguous multicounty geographical locations. Your response to the Sources Sought must address how the certification requirements in Section 2.2 of the PWS are met or will be met and the timeline to do so.� Note that evaluation preference will be given to firms that can provide the most certified personnel at the outset of the contract. An Award for the Contract is anticipated September of 2023.� The NAICS Code for this project is 541690 and the small business size standard is $19,000,000.00.� All interested contractors should submit a narrative demonstrating their experience in the specified work, as well as their technical capabilities and documentation of the required certifications.� Please include size/classification of your firm.� Narratives shall be no longer than FIVE (5) pages.� Responses should be sent to Bobby Copenny II at bobby.copenny@usda.gov on or before August 14, 2023, @4:00p.m. CT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e4b365d1f8854f9d98d4d833d568e8c3/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN06778231-F 20230806/230804230058 (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 |