Indiana Bids > Bid Detail

Invasive Species Control at the Naval Support Activity, Crane, Indiana

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159310021846509
Posted Date: Jan 31, 2024
Due Date: Feb 15, 2024
Source: https://sam.gov/opp/900b14c406...
Follow
Invasive Species Control at the Naval Support Activity, Crane, Indiana
Active
Contract Opportunity
Notice ID
N4008524R2596
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 31, 2024 05:07 pm EST
  • Original Response Date: Feb 15, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F006 - NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES
  • 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 WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE.



The intent of this notice is to identify potential offerors to determine the applicable set-aside. The Solicitation Number for this announcement is N4008524R2596; The Naval Facilities Engineering Systems Command, Mid-Atlantic, Public Works Department Crane, is currently seeking potential sources for invasive species services. Work will be performed at the Naval Support Activity (NSA) Crane, Indiana.



The work includes the potential for multiple task orders for the treatment of invasive species infestations at NSA Crane, Indiana. The purpose of the work is to control invasive species infestations including, but not limited to, Wisteria (wisteria spp.) Kudzu (Pueraria lobata), Ailanthus (ailanthus altissima), Privet (Ligustrum spp.), Bush Honeysuckle: Tartarian (tatarica), Morrow's (morrowii), Belle (Lonicera x bella), and Amur (maackii), Garlic Mustard (Alliaria petiolata), Wineberry (Rubus phoenicolasius), Japanese Stiltgrass (Microstegium vimineum), Autumn Olive (ealaegnus umbellate) and Callery Pear (Pyrus calleryana). All contractor personnel who apply pesticides shall be certified and licensed by the State of Indiana in the categories required to perform the work. The contractor shall be licensed with a Category 2 Forest Pest Management license by the State of Indiana.



Responses to this source sought notice combined with additional market research will determine if this work will be done via a multiple award indefinite delivery/indefinite quantity contract or a single award indefinite delivery/indefinite quantity contract with pre-priced line items. Low Price Technically Acceptable Source selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued.



The term of the contract will be 12-month base period plus four 12-month option periods for a total not to exceed 60 months. Estimated value for 60 months is not to exceed $5,000,000.00.



The NAICS Code for this solicitation 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 agrees in performance of the contract it 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 with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, & Wisconsin SBA District Offices. Sources are also sought from Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Economically Disadvantaged Women Owned Small Business (EDWOSB) concerns or other 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 businesses, SDVOSB, HUBZone, EDWOSB or small business. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as an unrestricted procurement.



Interested 8(a) Region V Businesses, SDVOB, HUBZone concerns, or EDWOSB, shall indicate their interest to the Contracting Officer in writing by providing a Statement of Qualifications. As a minimum the following information is required: (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, (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, (e) describe specific portions of this type of effort your company intends to subcontract, (f) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.), and (g) provide copy(ies) of Category 2 Forest Pest Management license by the State of Indiana for the employee(s) applying pesticides.



Anticipate the solicitation will be released on or about 01 June 2024 with proposals due a minimum of 30 calendar days after the solicitation is released. 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 on the Contract Opportunities page at www.sam.gov .The apparent successful offeror must have an active registration in the System for Award Management (SAM) database prior to solicitation release date. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: 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. The due date for responses to this Sources Sought Notice is 15 February 2024.



Receipt of potential offeror’s Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on 15 February 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
  • Jan 31, 2024 05:07 pm ESTSources 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 >