Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912PL19R0064
This project is for the Contractor to provide or obtain professional expertise in all pertinent disciplines, research facilities,equipment, materials, and labor to provide the environmental resources ...
This project is for the Contractor to provide or obtain professional expertise in all pertinent disciplines, research facilities,equipment, materials, and labor to provide the environmental resources services to provide mitigation for impacts to riparian and other floodplain habitat caused by construction of the Santa Ana River Mainstem flood control project (SARM), including the Alcoa Dike and other features will involve: Removal and continued treatment of non-native vegetation species, habitat restoration, ESA-listed species monitoring, surveys , assessments, and cowbird trapping. Public outreach will also be required. Mitigation sites within Prado Basin have been identified and selected for full or partial restoration: a 23 acre riparian area in Temescal Creek (Riparian Parcel 1, Figure 1); a 285 acre riparian area along the mainstem of the Santa Ana River (Riparian Parcel 2, Figure 2); and 19.24 acres within three upland sites near the designated Alcoa Dike borrow area (Coastal Sage Scrub (CSS) Parcels 1, 2, and 3; Figure 3). These five parcels are currently infested with non-native, invasive vegetation. The Contractor may be required to obtain rights of entry or other permission from adjacent landowners to stage equipment and access the restoration areas. There are two riparian habitat restoration parcels and three CSS habitat restoration parcels (collectively, the Habitat Restoration Areas). Riparian Parcel 1 is located between Auburndale and Lincoln Avenue within Temescal Creek outside of the construction limits. This 23-acre parcel is estimated to contain 19-acres of non-native, invasive vegetation. Riparian Parcel 2 is located in Prado Basin, downstream of existing, previously establish mitigation parcels. This 285-acre parcel is estimated to contain 65% or 185-acres of non-native invasive vegetation (primarily arundo). Removing this vegetation and continuing to spray and remove new growth of non-natives throughout the contract period would allow native riparian habitat to establish in its place, with both parcels providing a total of 204-acres of mitigation. Supplemental planting and irrigation may be required to achieve success criteria. The CSS Parcels 1-3 total 19.24 acres and are located in close proximity to the Alcoa Dike project borrow site. These 3 parcels are currently dominated by non-native vegetation and will require supplemental planting and irrigation as well as non-native vegetation removal and continued herbicide treatment for conversion to CSS habitat , and to achieve success criteria. Restoration of a minimum of 13 acres to CSS habitat within these areas is required. THIS IS A 100% SMALL BUSINESS SET-ASIDE REQUEST FOR PROPOSAL (RFP), Lowest Price Technically Acceptable (LPTA)procurement. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are Section M, entitled Evaluation Factors for Awards. Evaluation factors may consist of the following: Experience on Similar Contracts; Past Performance; Technical Merit Approach, Methods, and Procedures; and Corporate Management Structure. The aforementioned evaluation factors may not be all inclusive. It is the Government's intent to award based on initial offers without discussions; therefore, the offeror(s) shall provide their best technical and price proposals. Award is for Mitigation Services for five (5) years of service. The North American Industry Classification System (NAICS) code 541620, Environmental Consulting Services, $15,000,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range of the project is between $3,000,000.00 and $8,000,000.00. This Procurement will be conducted under FSC CODE: B510 (Special Studies/Analysis- Environmental Assessments). The solicitation will be made available on/or about June 17, 2019. All proposals will be due on/or about July 17, 2019 at 2:00 P.M. PST. Viewing/downloading documents from FBO will require prior registration in System for Award Management (www.sam.gov). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, and e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be System for Award Management (SAM) registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.