Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912DW19R0015
Description: The U.S. Army Corps of Engineers, Seattle District (NWS) anticipates soliciting and awarding a firm fixed-price contract titled Noxious Weed Control - Yakima Training Center, WA. The resu...
Description: The U.S. Army Corps of Engineers, Seattle District (NWS) anticipates soliciting and awarding a firm fixed-price contract titled Noxious Weed Control - Yakima Training Center, WA. The resulting contract will consist of a Base Period of one (1) year and four (4) Option Periods not to exceed one year each. The NAICS code for this procurement is 115112 Soil Preparation, Planting, and Cultivating, with a small business size standard of $7.5 million in average annual receipts. FOR INFORMATION ONLY: This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated. All questions regarding this SYNOPSIS should be limited as the solicitation is forthcoming. Solicitation is a Total Small Business Set-Aside. The award will be made to the Lowest-Priced Technically-Acceptable (LPTA) proposal. Evaluation factors will be contained in the solicitation (note Washington State Department of Agriculture (WSDA) Commercial Applicator or Commercial Operator Pesticide Applicators License as defined by WSDA within the Columbia Basin will be required). General Project Description/Summary of Work: Locations of the work shall be within Joint Base Lewis McChord (JBLM) Yakima Training Center (YTC) of Washington State. The Contractor will provide season long control of designated weed species at various roads and military training areas. Sample target species for control include, but are not limited to, kochia, diffuse knapweed, Russian thistle, cheat grass, dalmation toadflax, purple loose-strife, bull thistle, Canada thistle and Russian olive. Note, not all species are present at each treatment area. The approximate treatment area is 2,100 acres. If the Government proceeds with the acquisition, a site visit is anticipated during the acquisition period. Refer to the solicitation for details regarding the site visit. ON OR ABOUT 15 February 2019 the solicitation documents for this project will be available via the Federal Business Opportunities (FBO) website at www.fbo.gov under the subject solicitation number. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror's inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your "Watchlist." If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation. The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. For additional Seattle District Contracting opportunities, go to the FBO.gov postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Type "USACE District Seattle" (including quotes]) in the Keywords/SOL #: box for Seattle District listings only. All offerors must be registered in System for Award Management (https://sam.gov) to be eligible for award of Government contracts. POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Curt Stepp at email: curt.stepp@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process.