Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOLICITATION NOTICE

F -- Revegetation Services (Western States)

Notice Date
6/17/2008
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2051080081
 
Response Due
8/4/2008
 
Archive Date
6/17/2009
 
Point of Contact
Brenda Karl Contracting Officer 3039876747 Brenda_Karl@nps.gov ; Nicole Haines Contract Specialist 3039692473 Nicole_Haines@nps.gov;
 
Small Business Set-Aside
N/A
 
Description
General: The National Park Service (NPS), Department of the Interior (DOI), is soliciting proposals from firms having the capability to perform the work described below for revegetation services. This solicitation will be issued electronically, on the Department of the Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov. Paper copies of this solicitation will not be made available. Prospective offerors desiring to conduct business with DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the http://ideasec.nbc.gov site for all information relevant to this solicitation. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent.Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site benefits not only the contractor by allowing him or her to maintain an accurate and complete record but also the Contracting Officer, as he or she can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in Central Contractor Registration (CCR) in order to conduct business with the Federal Government. Proposed Issue Date: July 2, 2008 Title of Project: Revegetation Services (Western States) Location: Western States to include: Alaska, Arizon, California, Colorado, Kansas, Idaho, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, Oregon, Utah, South Dakota, Texas, Washington and Wyoming. Description: The work of this contract involves preparing revegetation plants and provide technical assistance in the field of native plant revegetation and ecological restoration. Services include the following: prepare revegetation plans and provide technical assistance in the field of native plant revegetation and ecological restoration; collect seed and cuttings; propagate native plants from NPS genetic stocks; locate and provide plants when genetic considerations are not applicable; hold and care for plants in the contractor nursery if project delays require; prepare planting sites; control exotic plants; salvage plants from designated areas; install seed and plants; construct or apply plant protective devices or substances; provide plant establishment care; and monitor revegetation/restoration success. Work will be performed for units of the National Park system, BLM, USFS, USFW in Alaska, Arizona, California, Colorado, Kansas, Idaho, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, Oregon, Utah, South Dakota, Texas, Washington and Wyoming. Type of Procurement: It is anticipated that a negotiated firm-fixed price IDIQ contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. Contract Period: All services will be provided under an Indefinite Quantity contract. The base contract period will be for one year with options to extend for four additional one-year periods. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation will be $5,000,000.00 for the life of the contract. The $5,000,000.00 maximum may be realized in a single year or spread out over the life of the contract including all option years. Each task order will not exceed $1,000,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. Proposal receipt date is approximately August 4, 2008; actual date will be established at the time proposal documents are available. All responsible sources may submit an offer that will be considered. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. In order to be considered for award, all large businesses will be required to submit an acceptable Small, HubZone Small, Small Disadvantaged, Women-Owned, Veteran-Owned Small Business Subcontracting Plan with their proposal. The NPS Subcontracting Goals for fiscal year 2008 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 60%; Small Disadvantage Business Concerns - 24%; Small Women-Owned Business Concerns - 6%; Hubzone Small Business Concerns - 10%; Veteran-Owned Small Business Concerns - 3%; Service-Disabled Veteran Owned Business Concerns - 3%; 8(a) Concerns - 12%. Small Disadvantaged Business & HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns (May 2004) & 52.219-9 -- Small Business Subcontracting Plan (July 2005) (status of firms can be found on CCR's Dynamic SB Search). End of Announcement
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bdb37fb383c7b458d2e1c4d39948d377&tab=core&_cview=1)
 
Place of Performance
Address: Alaska, Arizon, California, Colorado, Kansas, Idaho, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, Oregon, Utah, South Dakota, Texas, Washington and Wyoming.
Zip Code: 80228
 
Record
SN01594704-W 20080619/080617221052-bdb37fb383c7b458d2e1c4d39948d377 (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.