a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or Request for Proposal (RFP) and no contract shall be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a synopsis will be published in FEDBIZOPPS.
b. The purpose of this Sources Sought notification is to gain knowledge of interest, capabilities and qualifications of interested firms which have the demonstrated capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions.
c. The proposed work is to be performed under the following North American Industry Classification (NAICS) code: 115112 Soil Preparation, Planting, and Cultivating
d. The U.S. Army Corps of Engineers, Seattle District (NWS) anticipates soliciting and awarding a standalone (C-Type) contract of a Base Period of one year and Four Option Periods of one year each.
e. Project Description:
Joint Base Lewis McChord Yakima Training Center (JBLM YTC) is a United States Army training center (Army maneuver training, land warrior system testing and live fire area) located in south central Washington state. It comprises approximately 327,000 acres of land, most of which consists of shrub-steppe. Main vegetation components consist of sagebrush, bitter brush, and bunch grasses.
For this requirement, the Contractor will be responsible to provide season long control of designated weed species at various roads and military training areas for the period of performance of the contract. 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. For the scope of this requirement, the Columbia Basin shall be defined as within the United States geographic areas located east of the Cascade Mountains and west of the Rocky Mountains in the states of Idaho, Oregon, Washington, and the western part of Montana. The Contractor shall achieve 90% control of designated vegetation during the period of performance. If the Government proceeds with the acquisition, a site visit is anticipated during the acquisition period.
II. SUBMITTAL REQUIREMENT:
a. Offerors response to this Sources Sought shall be limited to 3 pages and shall include the following information: (Clarifications and/or questions shall be submitted in a separate word document and will not count towards the 3 page limitation).
1. Firm's name, address (mailing and URL), point of contact, phone number, email address.
2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). Small business teams or joint ventures shall identify the socio-economic status of each member and shall provide the capabilities of each member, as well as a description of the work that each member would perform under a contract, keeping in mind the requirements of FAR 52.219-14, Limitations on Subcontracting.
3. Two (2) to five (5) examples of past projects as the Prime Contractor. Offeror must provide a brief description of experience in performing similar projects for noxious weed control of similar size (2,100 acres) and scope (commercial weed control with a Washington State Department of Agriculture (WSDA) Commercial Applicator or Commercial Operator Pesticide Applicators License as defined by WSDA within the Columbia Basin) completed within the last six years.
4. CAGE code and DUNS number of your firm.
5. Firm's Joint Venture Information, if applicable.
b. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. If a solicitation is later released, it will be synopsized in FedBizOpps only. The FedBizOpps link is www.fbo.gov.
c. Interested Offerors shall respond to this Sources Sought no later than 13:00 hours (PST) 24 January 2019, Pacific Standard Time. All interested contractors must be registered in SAM to be eligible for award of Government contracts. Email responses to: Mr. Curt Stepp, Contract Specialist, CENWS-CT-A, Seattle District, Email address: [email protected].
d. USACE personnel may contact firms responding to this announcement to clarify a responder's capabilities and other matters as part of this market research process. USACE reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner USACE determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any business confidential, and/or proprietary information in its response.