Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

C -- IDQ for Biological and Natural Resources, Various Locations, NAVFAC Washington

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-06-R-0492
 
Response Due
7/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS FOR IDQ FOR BIOLOGICAL AND NATURAL RESOURCES VARIOUS LOCATIONS, NAVFAC WASHINGTON N40080-06-R-0492. The estimated value of this acquisition for the base period with all options is $5,000,000.00. The North American Classification System (NAICS) Code for this procurement is 541710. This procurement is a Small Business Set-Aside. All other firms are deemed ineligible to submit offers. The procurement will be conducted using source selection procedures and the award will be based on the best value to the government considering non-priced factors, which are cited in the solicitation. Non-Priced factors may include relevant experience, subcontracting efforts and past performance. The intention of this contract is to furnish environmental services for a variety of natural resource surveys, investigations, management plans, Environmental Assessments, and control of exotic/nuisance species for Naval Facilities Engineering Command, Washington (NAVFAC WASH), Washington, D.C. and its customer activities within the continental United States. The scope of this contract covers a wide range of environmental services intended to satisfy state, federal and county regulatory requirements associated with operations and management on federal property. The contractor shall complete all services in accordance with a variety of applicable laws such as: the Sikes Act, the Clean Water Act, the Endangered Species Act, the Marine Mammal Protection Act, the Migratory Bird Treaty Act, the Legacy Resource Program, Magnuson-Stevens Fishing and Conservation Management Act, the National Historic Preservation Act, and the National Environmental Policy Act of 1969. Work must also be in compliance with Department of Defense regulations OPNAVINST 5090.1B, DODINST 4715.3, DODINST 7310.5 and the NAVFAC P-73 Real Estate Manual, Vols. II and I. Additionally, appropriate state laws and regulations governing cultural resources management shall be taken into account in completing biological resources investigations and reports. The following are examples of the tasks that may be requested under this contract. These examples are not intended to represent all of the types of services, which may be requested. Each TO will detail the specific scope of required services. Place of Performance shall be designated on each Task Order. The majority of work is anticipated to be performed at facilities located in the Virginia, Maryland and District of Columbia areas. The following location provides a listing of EFA Chesapeake activities and locations where the work will be performed: Naval District Washington, Washington DC; Marine Corps Base, Quantico Virginia; Naval Surface Warfare Center, Dahlgren Virginia; Naval Surface Warfare Center, Indian Head Maryland; United States Naval Academy, Annapolis Maryland; Naval Air Station, Patuxent River Maryland. This is not a complete list and is provided to give an indication of the wide range of locations covered under this contract. This acquisition will evaluate offerors considering Past Performance and Technical factors as stated in the solicitation. The detailed description of this criteria and submission requirements will be included in the solicitation. Offerors are advised that the combined Technical Factors are considered equal in importance to Past Performance in the selection of the Best Value offerors. Each offeror will receive an evaluation rating for their response to the solicitation. Offerors proposing as a joint venture shall ensure that complete information required for evaluation is provided for both entities in the partnership. As Per the Debt Collections Improvement Act of 1996, The Defense federal Acquisition Regulation Supplement (DFARS) has been amended to require all contractors to register in the Department of Defense (DoD) Central Contractor Registration (CCR) database. Be advised that failure to register in the CCR makes an offeror ineligible for award of DoD Contracts. Information regarding this registration may be obtained by accessing the website at www.ccr.dlis.dla.mil/ccr/scripts.index.html or by referring to DFARS Subpart 204.73 at www.acq.osd.mil/dpap/dars/dfars/index.htm. In accordance with FAR 5.102(a)(7), the solicitation will only be available by electronic medium. Plans and Specifications will NOT be directly provided in a paper hard copy format or by CD ROM. The solicitation may be downloaded from the NAVFAC Electronic Solicitation Internet (ESOL) Website at www.esol.navfac.navy.mil All Prospective offerors should register on the NAVFAC ESOL Internet Website and download all pertinent documents from that sight. Registration and downloading from ESOL is free of charge. First create an account if you have not already. Do a search using the solicitation number and register for the desired solicitation. Once registered, when the Request for Proposals package becomes available you will receive an e-mail notifying you that the solicitation files are available. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. It is therefore the contractor?s responsibility to check the Internet site daily for any posted changes to the solicitations plans and specifications. Responses to the solicitation shall be submitted in an original and five copies and are due at the office of NAVFAC Washington, 1314 Harwood Street, SE, Building 212, Washington Navy Yard, DC 20374. Submission must be delivered to the mailroom on the first floor, date stamped and placed in the bid box. Estimated release of solicitation is 19 May 2006. Proposals are tentatively due on 06 July 2006. It is anticipated that award of a contract will occur 21 Aug 2006.
 
Place of Performance
Address: WASHINGTON NAVY YARD, 1314 HARWOOD STREET, SE, WASHINGTON, DC
Zip Code: 20374-5018
Country: UNITED STATES
 
Record
SN01046580-W 20060513/060511221212 (fbodaily.com)
 
Source
FedBizOpps 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.