Indiana Bids > Bid Detail

FY24 Timber Stand Improvement & Grapevine Control

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159131106383138
Posted Date: Mar 20, 2024
Due Date: Apr 5, 2024
Solicitation No: N4008524Q2507
Source: https://sam.gov/opp/6f081e24ec...
Follow
FY24 Timber Stand Improvement & Grapevine Control
Active
Contract Opportunity
Notice ID
N4008524Q2507
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2024 12:42 pm EDT
  • Original Response Date: Apr 05, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F018 - NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)
  • NAICS Code:
    • 115310 - Support Activities for Forestry
  • Place of Performance:
    Crane , IN 47522
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors for market research purposes to determine whether to set-aside these requirements for small businesses and if so which type of small businesses. Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for approximately six lump-sum fixed price solicitations/contracts for timber stand improvements and grapevine control.



This work includes providing all labor, supervision, tools, materials, equipment, and transportation necessary to complete Post Harvest Timber Stand Improvement and Grapevine control. The work includes performing the work utilizing the methods, requirements, and information which will be provided in the solicitations.



There will be approximately six solicitations for a total of approximately 1500-2000 acres of timber stand improvements and grapevine control.



Each one will be solicited and awarded separately.



Award will be made to the offeror submitting the lowest total price in response to the Request for Quotes for each solicitation. There will be approximately six total awards. The Government reserves the right to use the results of this sources sought for additional solicitations and subsequent awards should additional solicitations be required.



The NAICS Code for these solicitations is 115310 Support Activities for Forestry. The Small Business Size Standard is $11,500,000.00.



Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded.



Sources are sought from 8(a) firms; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Economically Disadvantaged Woman-Owned Small Business (EDWOSB) concerns, or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, EDWOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, EDWOSB, or small business concern. If an adequate number of qualified responses is not received from these businesses, then the Government will issue the solicitation as an unrestricted procurement.



Interested 8(a) Region V Businesses, SDVOSB, HUBZone concerns, or EDWOSB, shall indicate their interest to the Contracting Officer in writing by providing a Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region “V” contractor, HUBZone concern, or EDWOSB concern; SDVOSB must also provide documentation of their status, (b) describe your partnering, teaming or joint venture intentions, if any, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers, and (d) provide a brief description of work capabilities (e) proof of professional forester who has graduated from an SAF accredited university, academic transcripts may be required.



The government anticipates that the first of the solicitations will be released on or about 14 May 2024 June 6th, 2024, with proposals due a minimum of 14 calendar days after the solicitation is released. The remaining solicitations are estimated to be released May 2024-July 2024. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: https://piee.eb.mil. The posting on sam.gov is only for the notification of Contract Opportunities. ALL PROPOSALS SHALL BE SUBMITTED VIA THE INTERNET AT: https://piee.eb.mil. ALL APPLICANTS ARE REQUIRED TO REGISTER PRIOR TO PROPOSAL SUBMISSION.



The posting on sam.gov is only for the notification of Contract Opportunities. This is on the sam.gov description of the solicitation.



The registration for PIEE website is in the right hand corner of the PIEE homepage: https://piee.eb.mil/.



Once registered you can view all the trainings (PDF instructions, and videos) at this site if you need them https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml



If you need additional assistance, please call 866-618-5988 which is PIEE website support.



Offerors are required to submit price proposals and related proposal requirements electronically via the Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) website.



Department of Defense (DoD) training is available at https://dodprocurementtoolbox.com/site-pages/solicitation-module.



Additional Web Based Training is available at https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml.



Offerors shall allow adequate time to upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Offerors are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this solicitation. Files that cannot be opened or are otherwise missing the required content are the responsibility of offerors.



All offerors are required to register in the System for Award Management (SAM) database in accordance with FAR 52.204-7(b) (1). It will take approximately 12-15 business days after a contractor submits the required information for the SAM account to become active and the contractor to be registered. Contractors are required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract. LACK OF REGISTRATION IN THE SAM DATABASE PRIOR TO THE PROPOSAL DUE DATE WILL MAKE THE OFFEROR INELIGIBLE FOR AWARD. Interested offerors not already registered in the SAM database are highly encouraged to do so. The website address for the SAM database is: https://www.sam.gov Registration in SAM is free.



All contractual and technical inquires shall be submitted via electronic mail to jon.b.campbell.civ@us.navy.mil



Receipt of potential offeror’s Statement of Qualifications shall be received no later than 2:00 PM (EST) on 5 April 2024.






Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 20, 2024 12:42 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >