Washington Bids > Bid Detail

Ground Herbicide Treatment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159812205777688
Posted Date: Dec 13, 2022
Due Date: Jan 3, 2023
Solicitation No: W912DW23Q0SEW
Source: https://sam.gov/opp/804ea0a611...
Follow
Ground Herbicide Treatment
Active
Contract Opportunity
Notice ID
W912DW23Q0SEW
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT SEATTLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 13, 2022 01:57 pm PST
  • Original Response Date: Jan 03, 2023 01:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F004 - NATURAL RESOURCES/CONSERVATION- FOREST/RANGE FIRE REHABILITATION (NON-CONSTRUCTION)
  • NAICS Code:
    • 115310 - Support Activities for Forestry
  • Place of Performance:
    Joint Base Lewis McChord , WA 98433
    USA
Description

SOURCES SOUGHT NOTICE





INTRODUCTION:





The US Army Corps of Engineers (USACE), Seattle District is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest and resources to support a requirement for Ground Herbicide Treatment on Joint Base Lewis McChord (JBLM), WA. The intention is to procure these services on a competitive basis.





BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered.





PLACE OF PERFORMANCE:





Joint Base Lewis McChord, Washington is approximately 15 miles southwest of Tacoma, Washington. This project is located on Government-owned land and is managed as an active military installation





CONTRACT DURATION:





The anticipated Award Date for this requirement is for the month of April with a Period of Performance consisting of one (1) twelve (12) month base period and four (4) twelve (12) month options. All site preparation treatment is to occur August 15 to October 15 of any given year. All release treatments are to occur between April 15 and June 15 of any given year. Invasive species treatment can occur as specified by the Quality Assurance Representative (QAR).





CONTRACT TYPE:





Firm Fixed Price.





The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. The most current revision of the Wage Determination, No. 2015-5557, will be applied at time of award.





DISCLAIMER





“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE) AT https://SAM.GOV . IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”





REQUIRED CAPABILITIES:





The Contractor shall furnish all labor, personnel, equipment, materials, operating supplies, tools, supervision, and transportation, in accordance with the plans and specifications to perform herbicide application on Joint Base Lewis McChord, WA. The area to be treated will be mapped polygons. Further detail is provided in the DRAFT Performance Work Statement (PWS) attached to this announcement (Attachment 1).





If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.





The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.





ELIGIBILITY:





The applicable NAICS code for this requirement is 115310 - Support Activities for Forestry with a Small Business Size Standard of $10M. The Product Service Code is F004 - Natural Resources/Conservation - Forest/Range Fire Rehabilitation (Non-Construction). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.





ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT):





A site visit is anticipated, and the specifics will be provided at time of solicitation.





ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT):





A draft Performance Work Statement (PWS) is attached for review. (Attachment 1)



Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. This documentation should address at a minimum the following items:





What type of work has your company performed in the past in support of the same or similar requirement?





How much experience does your company have working with herbicide treatments?





Can or has your company managed a task of this nature? If so, please provide details.



What specific technical skills does your company possess which ensure capability to perform the tasks?



Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. Provide a statement including current small/large business status and company profile, DUNs number, etc.





Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions must be submitted to the contract specialist identified below. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.





QUESTIONS TO INDUSTRY:





Please submit information, feedback or questions that will assist the Government in creating a better solicitation but do not expect to receive a response or acknowledgement. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, John McGuire, in either Microsoft Word or Portable Document Format (PDF).





The deadline for response to this request is no later than 1:00 PM, PST, 03 JAN 2023. All responses under this Sources Sought Notice must be e-mailed to john.e.mcguire@usace.army.mil .


Attachments/Links
Attachments
Document File Size Access Updated Date
Attachment 1 - DRAFT Performance Work Statement.docx (opens in new window)
58 KB
Public
Dec 13, 2022
file uploads

Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 13, 2022 01:57 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >