Navajo Nation Tribal Support
This is a Sources Sought Synopsis. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synop... This is a Sources Sought Synopsis. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursements will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The type of set-aside decisions to be issued will depend upon the responses to this sources sought synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Economically Disadvantage Woman Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest. The United States Army Corps of Engineers (USACE), San Francisco District plans to procure professional and technical services that are required by USACE in support of the USEPA program. Project sizes will generally be small (under simplified acquisition limits) and phased (one phase relying on the next phase to efficiently and adequately support available funding levels. Project types will generally include Underground Storage Tanks and associated spills but may include a larger range of environmental support projects as required by the U.S. Environmental Protection Agency. Projects Services may include but are not limited to assessment, technical consultation, site investigation, minor construction such as but not limited to well installation and demolition as required to complete assessment or investigation tasks. The contractor will act as an independent contractor and not as an agent of the U.S. Government and shall in accordance with the terms and conditions of the contract furnish all labor and supervisory management required for the performance of the work that will be described in separately issued task order scopes of work (SOW) or performance work statements (PWS). It is anticipated that a majority of the SOW/PWS will include work on tribal lands and will be required to speak the language of the tribe to enable task execution, community relations and public outreach. The services will be used for projects within the US Army Corps of Engineers South Pacific Division boundaries, to include the states of CA, NV, UT, AZ, and NM, and portions of OR, ID, CO, and WY. The Government will not provide any direct supervision of the contractor's employees. The contract contemplated will include a base period, not-to-exceed (NTE) three (3) year and one (1) option period NTE two (2) years, for a total contract performance period NTE five (5) years. The total contract capacity for the contract will not exceed an estimated $2,500,000.00 and is a replacement for a contract that is expiring. The North American Industry Classification System (NAICS) codes is 541620 - Environmental Consulting Services and/or 562910 - Remediation Services may be used in the solicitation. The small business size standard for 541620 is $15M; for 562910 it is 750 employees. If this procurement is determined to be a Small Business Set-Aside, then Small Business firms are reminded under FAR 52.219-14 Limitation on Subcontracting that they must self-perform at least 50% of the cost of contract performance. Anticipated solicitation issuance date is in March 2019 with award in May 2019. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. SUMBISSION REQUIREMENTS FOR SOURCES SOUGHT: Interested statements shall be limited to five pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and email address, CAGE Code and DUNS Number. 2. Firm's Business Size and registered NAICS code(s). 3. Location of firm's offices (if more locations than stated in #1). 4. Firm's statement of capability to perform a contract of this complexity (include firm's office location(s), firm's qualifications as to the Priority One Certification by the Navajo Nation and other Tribes historically supported, and capabilities to execute projects within the Navajo Nation and other Tribal Areas, number of currently employed personnel that speak Navajo, work performed for the US Environmental Protection Agency within tribal areas within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project). Provide at least 5 examples of projects executed by the firm within the last 5 years that were awarded for $200,000.00 or less. 5. Resume of 3 individuals currently employed by the firm and participating on the above mentioned projects. Submission of interest to this sources sought announcement is not a prerequisite to any potential future offerings, but participation will assist the San Francisco District in identifying sources with required capabilities. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this announcement. Please label your email response as follows: Subject: Response to W912P7-19-S-0011: Sources Sought market research for "Navajo Nation Tribal Support." All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email or mail by 3:00 PM Pacific Time on 7 February 2019. Submit response and information to: Mary.Fronck@usace.army.mil. _____________________________________________________________________________________ Contracting Office Address: USACE District, San Francisco, 450 Golden Gate Avenue, San Francisco, CA 94102 Place of Performance: USACE District, varies Point of Contact(s): Mary Fronck- 415-503-6554 Mary.fronck@usace.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »