California Bids > Bid Detail

CA FLAP SCRT5(1) MONTEREY BAY SANCTUARY SC TRAIL ENV SERVICES SEEDING / REVEGETATION

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159195064898786
Posted Date: May 17, 2023
Due Date: May 24, 2023
Solicitation No: 6982AF-23-SN-0007
Source: https://sam.gov/opp/670e525a26...
Follow
CA FLAP SCRT5(1) MONTEREY BAY SANCTUARY SC TRAIL ENV SERVICES SEEDING / REVEGETATION
Active
Contract Opportunity
Notice ID
6982AF-23-SN-0007
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL HIGHWAY ADMINISTRATION
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: May 17, 2023 04:15 pm MDT
  • Original Published Date: May 01, 2023 08:57 pm MDT
  • Updated Response Date: May 24, 2023 03:00 pm MDT
  • Original Response Date: May 12, 2023 03:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 115112 - Soil Preparation, Planting, and Cultivating
  • Place of Performance:
    Davenport , CA 95017
    USA
Description View Changes

SPECIAL NOTICE - REQUEST FOR INFORMATION



6982AF-23-SN-0007



CA FLAP SCRT5(1), Monterey Bay Sanctuary Scenic Trail



Enviromental Serrvices; Seeding / Revegetation and Planting Plan



Special Notice - Request for Information



The Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration (FHWA) is seeking information regarding interested contractors for environmental services in support of CA FLAP SCRT5(1), Monterey Bay Sanctuary Scenic Trail. These services include mitigation planning to support post-construction mitigation and monitoring activities. The activities included in the scope include identification of mitigation sites, finalization of the project mitigation and monitoring plan and preparation of a revegetation and planting plan, site preparation and seeding and planting. The scope also includes native seed and plan collection, propagation, storage and maintenance. Services will include agency coordination, field surveys and report preparation. The figure below provides a visual summary of the project location.



THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, CFLHD is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov Contract Opportunities (FBO) website and/or the GSA website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.



Requested Information



The purpose of this requirement is to obtain information from qualified small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, Indian-owned business, Indian-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business, 8(a), and large business related to work experience, capabilities, approach, and methodologies with the capability of providing the marketing and recruiting support.



This RFI is a request for interested parties to describe their technical capabilities and demonstrate experience with similarly scoped services as defined in this requirements document.



CFLHD delivers roadway and bridge projects to improve transportation to and within Federal and Tribal Lands.



General Scope of Work includes the following items:




  • Field surveys to identify potential mitigation planting sites

  • Develop revegetation and planting plan

  • Collect native seed

  • Propagate and manage native seed for contractor use

  • Site preparation

  • Plant seeds/plants at identified mitigation sites according to planting plan



Current Support



There is no incumbent for this requirement.



SUBMISSION INSTRUCTIONS: One (1) E-mailed submission will be accepted for this requirement.



Interested parties who wish to respond to this RFI must include a list of projects similar in scope to the CA FLAP SCRT5(1) Project.



A. Company Information:




  1. Business name and address;

  2. Name of company representative, Telephone & E-mail and business title;

  3. Company URL;

  4. Type of Business [Large Business, Small Business (special socioeconomic category, if applicable)];

  5. UIE number;



Contract Vehicles you currently hold (list all contracts) GSA Contract No. or Other CONTRACTS.



B. Key Information to Address:




  1. Brief overview of your company including number of years in business, number of employees, nature of business, location of company, main products and services, and description of clients.Recommended contracting strategy, timeframes, and methodology for completing services.

  2. Recommended contracting strategy, timframes, and methodology for completing the services.

  3. Describe experience and qualifications and description of products or services that are already delivered to customers today and could be comparable to what is requested in this RFI (including contact information).

  4. If available, provide past performance examples that demonstrate your firm's ability to successfully perform the requirement. Provide government points-of-contact, including phone numbers and email addresses. Failure to clearly address your firm's ability to perform all required services will indicate your inability to fully satisfy the Government's requirements.

  5. Given the nature and scope of the work defined above, describe your approach to identifying the personnel and/or team to perform the required services.

  6. Given the nature and scope of the work defined above, would you envision a need to subcontract with other entities to perform the required services?

  7. If yes, what specific services would you likely subcontract? If yes, would it require more than one subcontractor? If yes, how many would you envision would be required? If yes, please provide three past performance examples where you've successfully performed similar requirements while managing a subcontractor/team of subcontractors. Provide points-of-contact, including phone numbers and email addresses. If examples are the same as above, please describe the team arrangement and management structure used to effectively operate.

  8. Please suggest evaluation factors that you think would be especially helpful for CFHD to use when assessing whether Offerors have the requisite skills, experience and capability.



In addition to addressing the above questions, respondents may provide additional information they deem relevant and useful to CFLHD within the below response page limits. All information provided will be given consideration and may influence the development of future proposal requests.



Response Format:



Responses to this RFI should not exceed ten (10) single-sided pages, using no less than 10-point font. Tables, graphics, figures, or other exhibits may use a smaller font size, but must be legible. Cover sheets, cover letters, and table of contents are not included in the page count limitation. Respondents should submit using Microsoft Word or Adobe PDF file types. No pricing or financial information should be provided with the response.



Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submission materials become government property and will not be returned. All government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.



Questions



Questions regarding this announcement shall be submitted by email to Chinh Le at Chinh.Le@dot.gov and cc to Sheri Wash at Sheri.Walsh@dot.gov. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after May 8, 2023, and should reference “6982AF-23-SN-0007” in the subject line, will be answered



CFLHD representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.



Response Due Date:



Parties who wish to respond to this should send responses via email NLT 3:00PM Mountain Standard Time (MST) on May 24, 2023 and should reference “6982AF-23-SN-0007” in the subject line., to Chinh Le at Chinh.le@dot.gov and cc Sheri Walsh at Sheri.Walsh@dot.gov.





DISCLAIMER:



THIS IS A REQUEST FOR INFORMATION ONLY. This is not a Request for PROPOSAL. 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 the respondents to these requirements is strictly voluntary.




Attachments/Links
Contact Information
Contracting Office Address
  • US
Primary Point of Contact
Secondary Point of Contact
History

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 >