Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

F -- Performance Based Habitat Enhancement Services at Various Locations in Arizona, California, and Nevada.

Notice Date
3/2/2010
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS CORE CODE RAQE0 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310R0803
 
Response Due
4/16/2010
 
Archive Date
5/15/2010
 
Point of Contact
Elia Ram 619-532-3074
 
E-Mail Address
elia.ram@navy.mil
(elia.ram@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NAVFAC SW, San Diego, CA, is preparing to release an RFP for Habitat Enhancement Services at various locations in Arizona, California and Nevada. This procurement is a 100% Small Business (SB) set-aside with the intent to award a single firm-fixed indefinite delivery/indefinite quantity contract for Habitat Enhancement Services. The North American Industrial Classification System (NAICS) Code is 541690, Other Scientific and Technical Consulting Services. The aggregate total of all task orders issued under the resulting contract shall not exceed $15,000,000. The habitat enhancement services are primarily focused on native habitat restoration and erosion control activities including site preparation, revegetation, installation of erosion control features and materials, and exotic plant control at various locations in Arizona, California, and Nevada. Work includes but is not limited to propagating native plants; site recontouring; seeding and/or planting of disturbed areas; maintenance of planted areas until successful; mapping and control of exotic plant species using chemical and/or mechanical means: ripping, blocking and replanting excess trails; the establishment of a variety of revegetation plots and the development of new techniques and approaches. Projects may occur in areas with rare or federally listed species so that biological, mapping, biomonitoring, and fencing for resource and species protection may be required. The work completed under this contract is vital to the sustainable land management on military installations and thereby ensures the continuation of realistic military training on the installations. Formal source selection procedures will be followed as prescribed by Federal Acquisition Regulation (FAR) Part 15 and FAR Supplement as applicable. The contract will be awarded for a base period of one year with four one-year option periods. The minimum guarantee applies to the five-year term of the contract. A pre-proposal site visit/meeting for proposed Task Order 0001 will be conducted at the Remote Training Site, Warner Springs, California. The exact date and location will be provided at a later date. All firms interested in attending the site visit must submit the following information by email no later than 11 March 2010 to Ms. Elia Ram at elia.ram@navy.mil or Fax at (619) 532-1155: Full name of individual(s) attending, social security number, date of birth, citizenship, drivers license number and state, company name, phone and fax numbers, vehicle information: year, make, model, color, and license plate number. Due to space limitations, participation is limited to two (2) representatives from each prime contractor. It is highly recommended that firms interested in attending the pre-proposal site visit bring a four-wheel drive vehicle capable of driving along unpaved roads that receive limited maintenance. Costs associated with participating in the pre-proposal site visit/meeting or responding the solicitation will not be compensated. The Government reserves the right not to award Proposed Task Order 0001 identified in the solicitation or to award it at a later date after award of the basic contract. Proposals will be evaluated based on the following evaluation factors and sub-factors: Factor 1 - Past Performance/Safety, Factor 2 - Technical Experience, Factor 3 - Scenario, Factor 4 - Technical Approach to Proposed Task Order (PTO) 0001, and Factor 5 - Price. Factors 1, 2, 3, and 4 are of equal importance to each other. Within Factor 1, the Sub-factors 1.1 - Past Performance of the Offeror and Offeror's Team, and 1.2 - Past Performance Safety of the Offeror and Offeror's Team are equal in importance; and within Factor 2, the Sub-factor 2.1 - Technical Experience of the Offeror and Offeror's Team, 2.2 - Technical Experience of key Personnel, and 2.3 - Business Plan are equal in importance. Factor 5 - Price is slightly less important than any one of the other factors. When the proposal is evaluated as a whole, Factors 1, 2, 3, and 4 combined are significantly more important than Factor 5 - Price. The importance of price will increase if offerors are considered essentially equal in terms of technical capability or if price is so significantly high as to diminish the value of the proposal's technical superiority to the government. The solicitation will be available by electronic media only and can be downloaded free of charge via the Internet World Wide Web at http://neco.navy.mil or http://www.eps.gov under pre-solicitation notice N62473-10-R-0803. There will be no paper copies of this solicitation issued. Amendments will be posted on the web site for downloading. This will be the only method of distribution; therefore, it is the offeror(s) responsibility to check the web site periodically for any amendment to this solicitation. Offeror(s) must be registered in the Contractor's Central Registration (CCR) http://www.ccr.gov in order to participate in this procurement. The solicitation issue date is on or about 17 March 2010. The closing date set for receipt of proposals is 16 April 2010, 2:00 PM local time. The primary POC for this solicitation is Elia Ram at 619-532-3074. Site visit information and questions should be submitted by email to elia.ram@navy.mil or faxed to 619-532-1155.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A6A/N6247310R0803/listing.html)
 
Record
SN02079925-W 20100304/100302234406-2ec0cf4d730c3def7a21e43a1e72216c (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.