Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9127819L0027
This is a Market Research and Sources Sought Notice, and is NOT a solicitation announcement, requesting information on capability and availability of potential contractors interested in proposing a Fi...
This is a Market Research and Sources Sought Notice, and is NOT a solicitation announcement, requesting information on capability and availability of potential contractors interested in proposing a Firm Fixed Price Contract for Forest Restoration and Reforestation Services. Examples of potential work include: aerial and terrestrial application of herbicides, spot treatment of invasive species with herbicides to control their spread, the purchase and handling and planting of containerized longleaf pine and hardwood tree seedlings, clearing fire-lines, land clearing including sheering and chipping and mulching of timber debris as result of logging operations, conducting prescribed burning activities including pile burning, the purchase and handling and planting of native wildflower and groundcover seed. This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor's responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Large Business, Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 115310 - Computer System Design Services, the small business standard for which is $7.5 million. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Large Business, Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on the first page of submission. 3. Contractor shall identify the percentage of services provided to the commercial marketplace and the percentage of services provided to government agencies. 4. Past performance/experience on contracts/projects of similar scope, describing no more than five (5) examples of work completed within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the Forest Restoration and Reforestation Services to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). 5. Describe your firm's capability to perform and manage the disciplines needed to complete Forest Restoration and Reforestation Services. The above requested information shall not exceed a total of eight (8) pages on 8.5" x 11" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 17 April 2019, 2:00 p.m. CST. Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Jeff Mason, Contract Specialist, at jeffery.j.mason@usace.army.mil In the subject line of your email state: Response to Land Surveying and Boundary Clearing Services. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.