Inactive
Notice ID:N4008520Q1211
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 of...
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 Numbers for this announcement are N4008520Q1211, N4008520Q1212, N4008520Q1213, N4008520Q1214, N4008520Q1215, N4008520Q1216, and N4008520Q1217; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for a lump-sum fixed price contract 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 seven solicitations in total consisting of: Contract 1 Timber Stand Improvement: 317 Acres Contract 2 Timber Stand Improvement: 301 Acres Contract 3 Timber Stand Improvement: 344 Acres Contract 4 Timber Stand Improvement: 287 Acres Contract 5 Timber Stand Improvement: 437 Acres Contract 6 Grapevine Control: 283 Acres Contract 7 Grapevine Control: 340 Acres Each one will be solicited and awarded separately. 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 NAICS Code for this solicitation is 115310 Support Activities for Forestry. The Small Business Size Standard is $8,000,000.00. 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, Women Owned Small Business (WOSB) 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, WOSB 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 WOSB, 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 WOSB 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, and (d) provide a brief description of work capabilities. The government anticipates that the first of the seven solicitations will be released on or about July 17th, 2020 with proposals due a minimum of 14 calendar days after the solicitation is released. The remaining solicitations are estimated to be released July 2020-September 2020. 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: www.beta.sam.gov. The apparent successful offeror must be currently registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to melissa.willis1@navy.mil under Solicitation Numbers N4008520Q1211, N4008520Q1212, N4008520Q1213, N4008520Q1214, N4008520Q1215, N4008520Q1216, and N4008520Q1217. Direct any questions to Melissa Willis at 812-854-6864. Receipt of potential offeror’s Statement of Qualifications shall be received no later than 2:00 PM (EST) on 13 July 2020.