Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2025 SAM #8474
SOLICITATION NOTICE

F -- Invasive Species Control at the Naval Support Activity, Crane, Indiana

Notice Date
2/6/2025 11:52:52 AM
 
Notice Type
Presolicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2596
 
Archive Date
02/28/2025
 
Point of Contact
Colleen Mckinney, Phone: 8123815507, Carrie Grimard, Phone: 8128546641, Fax: 8128543800
 
E-Mail Address
colleen.l.mckinney4.civ@us.navy.mil, carrie.l.grimard.civ@navy.mil
(colleen.l.mckinney4.civ@us.navy.mil, carrie.l.grimard.civ@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
RFP # N4008524R2596, Invasive Species Control Services at Naval Support Activity (NSA), Crane, Indiana THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING AT THE FOLLOWING WEBSITES: https://sam.gov. The official plan holders list will be maintained and can be printed on the website only Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR�S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Colleen McKinney via e-mail at colleen.l.mckinney4.civ@us.navy.mil. It is the Government�s intent to utilize the contract resulting from this solicitation to accomplish Invasive Species Control Services. The resulting contract will be a Requirements contract for Invasive Species Control Services at the Naval Support Activity, Crane, Indiana. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, transportation, vehicles, facilities, ,utilities, supervision and management required for the treatment of invasive species infestations at NSA Crane, Indiana. The purpose of the work is to control invasive species infestations including, but not limited to, Wisteria (wisteria spp.) Kudzu (Pueraria lobata), Ailanthus (ailanthus altissima), Privet (Ligustrum spp.), Bush Honeysuckle: Tartarian (tatarica), Morrow's (morrowii), Belle (. x bella), and Amur (maackii), Garlic Mustard (Alliaria petiolata), Wineberry (Rubus phoenicolasius), Japanese Stiltgrass (Microstegium vimineum), Autumn Olive (ealaegnus umbellate) and Callery Pear (Pyrus calleryana). All contractor personnel who apply pesticides shall be certified and licensed by the State of Indiana in the categories required to perform the work. The contractor shall be licensed with a Category 2 Forest Pest Management license by the State of Indiana. The NAICS Code for this solicitation is 115310, Support Activities for Forestry. The Small Business Size Standard is $11,500,000.00. Low Price-Technically Acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals. Technical evaluation factors will be identified in the solicitation package and may include but are not limited to past performance, experience, and safety. The term of the contract would be for a base period of twelve (12) months and four (4), twelve (12) month option periods to be exercised at the Government�s discretion. This contract will replace a contract for similar services awarded on 23 September 2019. Orders totaling $1,744,448.99 were placed during the contract term which ended on 22 September 2024. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. A sources sought notice (N4008524R2596) for this procurement was posted on 31 January 2024 for responses from 8(a) firms in Region V; Service Disabled Veteran Owned Business; Hub Zone concerns, Women Owned Small Business, Economically Disadvantaged Women Owned Small Business and Small Businesses on the SAM.gov website. A market research survey was conducted. This included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to issue this solicitation as a total small business set-aside in accordance with FAR 6.203. Approximate release date is 28 February 2025 with proposals due no earlier than 30 calendar days after the actual release date. In accordance with FAR 5.102(a) (1) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The solicitation once issued will be available for free download via: https://sam.gov. All offerors are required to register in the System for Award Management (SAM) database in accordance with FAR 52.204-7(b) (1). It will take approximately 12-15 business days after a contractor submits the required information for the SAM account to become active and the contractor to be registered. Contractors are required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract. LACK OF REGISTRATION IN THE SAM DATABASE PRIOR TO THE PROPOSAL DUE DATE WILL MAKE THE OFFEROR INELIGIBLE FOR AWARD. The website address for the SAM database is: https://sam.gov. Note: Registration in SAM is Free.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b9a8c4ceeace420db20b2fb92cfbf67a/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN07334724-F 20250208/250206230027 (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.