Nevada Bids > Bid Detail

Noxious and Invasive Weed Survey and Treatment Humboldt-Toiyabe National Forest (HTNF)

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159073068327999
Posted Date: Mar 20, 2023
Due Date: Apr 3, 2023
Solicitation No: 1091793
Source: https://sam.gov/opp/85df20dcec...
Follow
Noxious and Invasive Weed Survey and Treatment Humboldt-Toiyabe National Forest (HTNF)
Active
Contract Opportunity
Notice ID
1091793
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA FOREST SERVICE-SPOC IM
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 20, 2023 08:55 am MDT
  • Original Response Date: Apr 03, 2023 05:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F105 - ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Sparks , NV 89431
    USA
Description

Sources Sought



Noxious and Invasive Weed Survey and Treatment



Humboldt-Toiyabe National Forest (HTNF)



Sierra County, California



Contracting Office: 82B1 – SPOC Intermountain



The USDA Forest Service is considering a contract to provide weed surveys and ground-based herbicide spraying and manual treatments within NFS lands in Sierra County, California. This work will consist of noxious and invasive weed management and treatment through survey and the use of chemical and manual control on the Carson Ranger District within known and newly discovered weeds infestations within the watershed.



Acreages of known infestations have been computed on a horizontal plane utilizing ArcMap software; plant densities may vary across the mapped polygon and oftentimes are scattered. To prevent herbicide waste, reconnaissance of the infestation is recommended prior to planning treatments and/or mixing herbicides. The use of global positioning system (GPS) devices or other geolocation software (AVENZA) will be necessary to navigate to and identify known treatment polygon boundaries, and any follow up treatments.




  • Project Location – Sierra County within Dog Valley and Long Valley, California.

  • Estimated Start Date – It is anticipated that work can begin in April/May 2023

  • Government Furnished Property (GFP) – None



The project will be implemented using the North American Industry Classification System (NAICS) Code 561730 – Landscaping Services. The applicable Product or Service Code is F105 – Environmental Systems Protection- Pesticides Support.



Specific objectives for such a project may include:



The USDA Forest Service is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide services as specified above and to determine their availability, capability, and adequacy. If your firm may be interested in this requirement, is a qualified small business for the NAICS code 561730 and has performed similar projects, we request the information shown below. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.



As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.



This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.



Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.



Submission Instructions: Responses are due via email by Monday, April 3, 2023, by 5:00 pm MT to Mark.Charpentier@USDA.gov and must include the information requested below. Responses greater than 4 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions.



Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought.



Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:




  1. Company Profile to include:




  1. Company name and address;

  2. Affiliate information: parent company, joint venture partners, and potential teaming partners;

  3. Year the firm was established and number of employees;

  4. Two points of contact (names, titles, phone numbers and email addresses);

  5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/:

  6. Small Business designation/status (must correlate with SAM registration):



_____ Small business _____ HUBZone _____ WOSB



_____ 8(a) _____ VOSB



_____ SDVOSB



_____ Small Disadvantaged Business




  1. Bonding capability.

  2. List at least 3 projects in the last 5 years of similar size and scope. Include a brief statement as to why each project is relevant to this Sources Sought notice and other relevant information such as any teaming or joint venture partners. In addition, include proof of satisfactory past performance on the referenced projects.






Attachments/Links
Contact Information
Contracting Office Address
  • SPOC Intermountain 1400 INDEPENDENCE AVE SW, MS-1138
  • Washington , DC 202500001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 20, 2023 08:55 am MDTSources 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 >