Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2002 FBO #0264
MODIFICATION

F -- Rare Plant Survey MCAS Miramar, CA

Notice Date
8/21/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-02-R-8077
 
Response Due
9/11/2002
 
Point of Contact
Lora Morrow, Contract Specialist, Phone 619-532-1494, Fax 619-532-3358,
 
E-Mail Address
morrowle@efdsw.navfac.navy.mil
 
Description
The work under this procurement consists of the contractor providing all labor, material, equipment, transportation, administration, and supervision to conduct surveys of threatened, endangered, or rare plants at Marine Corps Air Station (MCAS) Miramar, California. Work may include surveying approximately 7,000 acres for 17 rare plants that potentially occur on MCAS Miramar, collecting and mounting plant species, mapping the location and extent of each plant species, and drafting various reports as may be required. The NAICS code for this procurement is 541620. This requirement is being solicited on an unrestricted basis. The Government anticipates awarding a Firm Fixed Price (FFP), Indefinite Quantity Indefinite Delivery (IDIQ) contract. Firms responding to this solicitation must show experience consistent with the following evaluation factors: (1) past performance information; (2) technical experience/key personnel qualifications/requirements; (2A) Bachelor?s degree with an emphasis in botany, ecology, or a related science; (2B) three years of local experience in identifying and surveying for rare plants within The Jepson Manual?s floristic province entitled ?Southwestern California, South Coast (SW SCo);? (2C) a familiarity with rare plants found within coastal sage scrub, chaparral, riparian, vernal pools, and oak woodland flora and ecology, autecology, and soils experience); (3) price. When the proposal is evaluated, Factors 1 and 2 are equal in importance. Within Factor 2, Subfactor 2B is considered more important than Subfactors 2A and 2C. Notwithstanding the relative importance of Subfactors, the influence of the Subfactors will depend in large measure upon the nature and range of actual variation in differences among the proposals received. In general, the greater the range of quality of the proposals received for any technical Subfactor, the more influential that Subfactor will be. [For example, if the difference between the best and worst proposals on Subfactor 2A is great, while the difference between the best and worst proposals on Subfactor 2C is small, then Subfactor 2A will be more influential than Subfactor 2C when the Government determines which offer represents the best value.] When the proposal is evaluated as a whole, Factors 1 and 2 combined are approximately equal in importance to Factor 3. The source selection process will identify whether offerors meet the evaluation criteria specified, and select the responsive, responsible offeror whose proposal represents the best value to the Government. The award will consist of a base year and four one-year option periods. The minimum guarantee for the contract is $2,000.00. Work will be ordered on individual Task Orders placed against the contract. The availability of the solicitation will be limited to electronic media; the solicitation will be available for viewing and downloading, free of charge, via the electronic solicitation website: http://esol.navfac.navy.mil. The official planholder?s list will be maintained on, and may be printed from, the website. All prospective offerors and planrooms are required to register as planholders on the website. Notification of any updates or amendments to the solicitation will be posted on the website only. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. The solicitation will be made available approximately August 6, 2002.
 
Place of Performance
Address: Marine Corps Air Station, Miramar, California
Country: United States
 
Record
SN00147011-W 20020823/020821213938 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.