Idaho Bids > Bid Detail

Aquatic Invasive Species and Noxious Weed Removal at Acoustic Research Facility (ARD)Bayview

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159350188908408
Posted Date: Dec 21, 2023
Due Date: Jan 8, 2024
Source: https://sam.gov/opp/2bb7880805...
Follow
Aquatic Invasive Species and Noxious Weed Removal at Acoustic Research Facility (ARD)Bayview
Active
Contract Opportunity
Notice ID
NW6028903
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC NORTHWEST NW
Office
NAVFACSYSCOM NORTHWEST
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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 20, 2023 11:37 am PST
  • Original Response Date: Jan 08, 2024 04:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F099 - NATURAL RESOURCES/CONSERVATION- OTHER
  • NAICS Code:
  • Place of Performance:
    Bayview , ID 83803
    USA
Description

GENERAL INFORMATION



Document Type: Sources Sought Notice



Sources Sought Number: NW6028903



Posted Date: December 20, 2023



Classification Code: S10-Service



NAICS Codes: 561730, 813312, 541990



Anticipated Contract Type: 5-Year Option Contract (Base plus 4 Options), Firm Fixed Price under FAR Part 13.5



CONTRACTING OFFICE ADDRESS



Department of the Navy, Naval Facilities Engineering Systems Command, Northwest, CORE Environmental Contracts Team, Attn: Marivic Lorenzana, 1101 Tautog Circle, Silverdale, WA 98315



DESCRIPTION



Naval Facilities Engineering Systems Command Northwest (NAVFAC NW), in support of the Environmental business line (EV), is conducting preliminary planning market research to obtain information from potential and eligible contractors for a services contract at the following Navy operated facility: Acoustic Research Facility (ARD) Bayview, Lake Pend Oreille in Bayview, Idaho.



Aquatic invasive plant species such as Eurasian watermilfoil (Myriophyllum spicatum), flowering rush (Butomus umbellatus), and curly-leaf pondweed (Potamogeton crispus) have been invading the nearshore habitat of Lake Pend Oreille. The removal of aquatic invasive species is mission critical at ARD Bayview to maintain critical habitat for Endangered Species Act (ESA) listed bull trout (Salvelinus confluentus) pursuant to the Endangered Species Act (ESA); 16 United States Code (U.S.C.) 1531 et seq. A recent survey by Idaho Fish and Game (2020) indicated that much of the areas to be treated are in or near kokanee salmon (Oncorhynchus nerka) spawning grounds; kokanee is a primary prey species for bull trout. During their survey, IDFG observed siltation in areas where milfoil is present, while they observed clean gravels in most of the non-vegetated areas which provide better habitat for kokanee spawning. Additionally, these invasive plants can cause issues with fouling boat motors and impeding access to Navy shorelines.



In removing these invasive plants, ARD Bayview is supporting the testing mission, providing benefit to threatened bull trout, and implementing its Integrated Natural Resource Management Plan (INRMP) pursuant to the Conservation Programs on Military Lands Act (Sikes Act); 16 U.S.C. 670a et seq.



Aquatic invasive plant removal occurred in 2016, 2022, and 2023 along the ARD Bayview shoreline. In 2022 and 2023, these areas covered an estimated 40,000 square feet of invasive plants between and around in-water structures and docks within the 1500 feet of shoreline at ARD Bayview.



The project goal is to identify and remove all aquatic invasive plants at ARD Bayview to ensure continued maintenance that is necessary to address regrowth and prevent reestablishment of these destructive plants. This would be accomplished by meeting the following objectives:



1. Identify all of the locations of aquatic invasive plants to be removed on site.



2. Remove all aquatic invasive plants from the site with two follow up visits to ensure complete removal through the growing season.



3. Provide a brief summary of the work conducted including the species found, estimation of amount of invasive plants removed, simple maps of the removal locations, and future treatment recommendations following each treatment.



Eligible sources must be able to conduct at least two separate aquatic invasive plant removal treatments annually before curly leaf pondweed turions develop, estimated sometime in June and after Eurasian milfoil emergence, estimated sometime in August.




  • The contractor will determine all of the locations to be treated at the site before starting the removal process.

  • The contractor will provide divers to remove all of the invasive aquatic plants including roots and attempt to limit any dispersal while avoiding the removal of all native plant species. No herbicides shall be used in any of the treatments.

  • All aquatic invasive plants removed from the water must be removed from the site and disposed of on an upland area at ARD Bayview where dispersal is unlikely. No invasive plants can be transported across state boundaries for any reason.

  • The Contractor shall prepare a brief summary of the total work performed including the total area covered, species identified and removed, and total hours required for treatment.



NOTE: In order to implement an adaptive management approach, certain actions may be increased and others may be decreased year to year; however, overall level of effort is expected to remain steady.



Eligible sources must also meet the following requirements:




  • Contractor must have the ability to obtain proper security badges to be on Navy property.

  • Contractor must have demonstrated experience removing freshwater aquatic invasive plants in the Pacific Northwest region (at least 5 years).

  • Contractor must have demonstrated experience identifying and differentiating between freshwater native and invasive plant species.

  • Contractor divers must have proper dive certifications and demonstrate safe diving practices.

  • Contractor must demonstrate proper disinfecting practices on all equipment to prevent the further spread of invasive species.

  • The Contractor shall provide all necessary labor, management, supervision, tools, materials, equipment, transportation, meals, and lodging necessary to complete this project. All Contractor equipment (including vehicles) is subject to inspection and approval.

  • The Contractor shall conduct all necessary program management actions to ensure this delivery order remains on schedule and within budget and comply with all applicable federal and state laws. (e.g. ESA).



In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., Small Disadvantaged Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Not for profit organizations that are qualified to do business with the government are also encouraged to respond to this sources sought notice.



SUBMISSION REQUIREMENTS:



Interested sources are invited to respond to this Sources Sought announcement by using the forms provided under separate file titled Sources Sought Information Form. The total number of pages is limited to 10 single-sided 8.5 by 11 inch pages for the Sources Sought Information form response and 2 single-sided 8.5 by 11 inch pages for a cover letter.



The Sources Sought Information Form must include the following information:




  • Firm Name, DUNS Number, Address, Point of Contact (POC) information

  • NAICS code(s)

  • Type of Business

  • Experience-Provide supporting project information substantiating demonstrated experience removing freshwater aquatic invasive plants in the Pacific Northwest region (at least 5 years), as well as demonstrated experience identifying and differentiating between freshwater native and invasive plant species.

    • Project title and dates

    • Contractor Type (Prime or Subcontractor)

    • Location, provide location of previous project experience

    • Methodology, provide information regarding methods used for removal of freshwater aquatic invasive plants, as well as disinfecting practices on equipment to prevent the further spread of invasive species

    • Project Results, provide outcome/results of previous projects removing freshwater aquatic invasive plants

    • Other, provide any other pertinent information in regards to removal of freshwater aquatic invasive plants, as well as experience identifying and differentiating between freshwater native and invasive plant species





Projects that do not include all information requested above will not be considered when determining if qualified experience has been demonstrated, and may not be considered when determining a socio-economic category.



Interested sources shall submit responses to this Sources Sought announcement no later than 4:00 PM Pacific Standard Time (PST) on 08 January 2024 via email to marivic.m.lorenzana.civ@us.navy.mil. Responses received after the deadline or without the required information will not be considered. All responses will be used to determine the appropriate acquisition strategy for a future acquisition.



This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is ONLY to invite interested vendors to submit capability statements demonstrating their ability to provide the services listed above. At this time, the Government will not entertain questions concerning the DRAFT Performance Work Statement (PWS); however, interested firms may submit comments about the PWS. The Government will not post responses or answers to submitted comments, questions, or recommendations. No reimbursements will be made for any costs associated with information provided in response to this announcement and any follow-up requests. Respondents will not be notified of the results of the evaluation.



This Sources Sought Notice is submitted in accordance with FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Invitation for Bids (IFB) or as an obligation of the part of the Government to acquire any services. Responses to this sources sought notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. No solicitation exists and solicitation requests will not be acknowledged. NAVFAC NW will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this sources sought notice that is marked “Proprietary” will be handled accordingly. Responders are solely responsible for all expenses associated with and incurred by responding to this sources sought notice. The Government reserves the right to determine how it should proceed based on the results of this action.


Attachments/Links
Contact Information
Contracting Office Address
  • 1101 TAUTOG CIRCLE STE 203
  • SILVERDALE , WA 98315-1101
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 20, 2023 11:37 am 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 >