Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

F -- FOR ARMY COMPATIBLE USE BUFFER PROGRAM REQUIREMENT

Notice Date
6/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
813312 — Environment, Conservation and Wildlife Organizations
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124713R0033
 
Response Due
6/10/2013
 
Archive Date
8/4/2013
 
Point of Contact
KHRISTINA M MATTHEWS, (910) 643-7225
 
E-Mail Address
MICC Center - Fort Bragg
(khristina.m.matthews.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR ARMY COMPATIBLE USE BUFFER PROGRAM REQUIREMENT LOCATED ON FORT BRAGG, NORTH CAROLINA a.The Mission and Installation Contracting Command (MICC-FB) is seeking source information and capability statements for the Army Compatible Use Buffer Program (ACUB) requirement, received from the Directorate of Plans, Training, Mobilization and Security (DPTMS), Fort Bragg, North Carolina. b.The requirement is in support of contract services for a Land Acquisition Coordinator to act as the liaison between DPTMS, USASOC and the United States Fish and Wildlife Service (USFWS) to provide training courses. c.The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform ACUB Program requirements, as defined in this Performance Work Statement (PWS), except for those items specified as Government-furnished property and/or services, which are identified in PWS Parts 3 and 4. The Contractor shall perform to the standards in this contract. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. d.Please see the DRAFT PWS attached to this notice for a complete description of this requirement. e.The purpose of this Sources Sought Notice and Request for Capability Statement is to identify the availability and capability of all businesses capable and interested in performing the services required above, regardless of socioeconomic category. f.The NAICS Code for this acquisition is 813312 Environment, Conservation and Wildlife Organizations. This U.S. industry comprises establishments primarily engaged in promoting the preservation and protection of the environment and wildlife. Establishments in this industry address issues, such as clean air and water; global warming; conserving and developing natural resources, including land, plant, water, and energy resources; and protecting and preserving wildlife and endangered species. These organizations may solicit contributions and offer memberships to support these causes. According to this NAICS code, the size standard for this NAICS code is $14M. g.We are requesting all interested firms review the DRAFT PWS attached to this notice and respond with the following information: 1)Company name and Point of Contact, to include address, email and website address (if applicable); 2)DUNS number and CAGE code; 3)Socioeconomic Classification (Large/Small Business; 8(a) Women-Owned Small Business (WOSB), Historically Underutilized Business (HUBZone); Service Disabled Veteran-Owned Business (SDVOB), etc.); 4)Provide a complete listing of all relevant and recent past performance, inclusive of the contract number and the duration of the period of performance actually performed that demonstrates direct experience with the Army Compatible Use Buffer Program on a military installation, specifically relating to the acquisition of land and/or conservation easements on private land to achieve military training requirements and species conservation cited in PWS Paragraph 1.2. 5)A list of similar contracts your firm currently holds or has completed within the last five (5) years. The list of relevant contracts should only include the location, contract number, brief description/title of requirement, estimated yearly value and performance period. 6)Provided a brief capability statement that demonstrates you company's ability to meet or exceed individual qualification standards, as detailed in PWS Section 1.6.5.4. through 1.6.5.4.5. 7)Alternate NAICS codes can be provided as a part of your submission and will be considered by the Government. h.This Sources Sought Notice is NOT a solicitation. Rather, this Sources Sought Notice is being conducted as a Market Research method effort to determine all interested and potentially capable sources prior to formalizing our Acquisition approach. i.No physical or quote mark hard quote mark copies will be accepted as a result of this request. No requests for capability briefings will be honored as a result of this notice. A two (2) page maximum submittal should be sufficient to determine potential source categories. j.Responses shall be sent electronically to Contract Specialist, Khristina M. Matthews, at Khristina.M.Matthews.civ@mail.mil no later than 10:00 a.m. on 10 June 2013. Negative Responses are NOT required. [End of Document]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b3b98240c30e8ea17da3463a891302db)
 
Place of Performance
Address: MICC - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN03080715-W 20130607/130606001350-b3b98240c30e8ea17da3463a891302db (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.