The RFP Database
New business relationships start here

SATOC IDIQ Noxious Weed Control


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

JBLM Range Area Noxious Weed Control

Sources Sought Number: W912DW- 89311- CDS
Post Date: July 12, 2017
Archive Date: 10 days after response
Set Aside: N/A
All business categories are invited to respond.
JBLM Yakima Training Center (JBLM YTC)
Classification Code: S208 HOUSEKEEPING-LANDSCAPING/GROUNDSKEEPING
NAICS Code: 115 - Support Activities for Agriculture and Forestry/ 115112 Soil Preparation, Planting, and Cultivating
Response Date: July 26, 2017
Capacity: $570,000 (Base Period of one year + Four Option Periods of one year each)
Description:
SATOC IDIQ Forestry-related Services at Joint Base Lewis-McChord (JBLM)
This is a Sources Sought announcement only, No proposals are being requested or accepted with this synopsis. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A PROPOSED SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No Solicitation is currently available. The responses to this Sources Sought will help to shape the acquisition strategy in developing a competitive requirement.


a. The purpose of this Sources Sought is to perform a market survey to gain knowledge of interest, capabilities and qualifications of interested Contractors within the District's area of responsibilities for the general project description listed below. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The following are general capabilities required to perform the Performance Work Statement according to USACE standards.


General Project Description: Location of the work to be performed shall be within Joint Base Lewis McChord (JBLM) Yakima Training Center (YTC) of Washington State. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Range Area Noxious Weed Control.


Performance Work Statement: The Contractor shall provide season long control of designated weeds (undesirable vegetation) associated with Mil-Class 2 Roads. Designated weeds may entail all vegetation (e.g., control of all vegetation within the treatment area), or select control of specific species or classes of vegetation (e.g., broadleaf weeds). There are approximately 96 miles of Mil-Class 2 roads on YTC. Control efforts (herbicide treatments) along those roads shall address undesirable vegetation that occurs along both sides of the roads, to an average swath width of 8 feet along both sides of the road. Total swath width treated per mile will average 16 feet (8 feet per side of road). This equates to approximately 1.94 acres of treatment area per lineal mile of road. Herbicide treatments will be directed outward of the wearing surface to an average width of eight feet beyond the edge of the road (this includes the borrow ditch). There may be instances where undesirable vegetation may occur on the outer edges of the wearing surface of the road; the contractor is expected to control that vegetation. Total estimated annual acreage that could be treated each year includes an overall area of approximately 40 acres, or 20.6 miles at 1.94 acres per mile.


b. The proposed work to be performed under the following North American Industry Classification (NAICS) code: 115112 Soil Preparation, Planting, and Cultivating.


c. The U.S. Army Corps of Engineers, Seattle District (NWS) expects to utilize responses from this Sources Sought to determine the best procurement method for soliciting and awarding an anticipated contract.


SUBMISSION REQUIREMENTS:


Response Information: Interested firms should submit a capabilities package limited to five (5) pages and include the following:


1) Firm's name, address (mailing and URL), point of contact, phone number, email address, business category, business size, and business type.


2) Business classification; i.e. Large Business, Small Business (SB), Small Disadvantaged 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.


3) Up to three (3) examples of similar/relevant past projects.


4) Cage code and DUNS number of your firm.


5) Firm's Joint Venture Information (if applicable).


Responses to this Sources Sought will only be shared with the Government project team and held in strict confidence.


Primary POC: Curt Stepp, Contract Specialist, curt.stepp@usace.army.mil, 206-764-6805


Curt Stepp, Contract Specialist, Phone 206-764-6805, Email curt.stepp@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP