Skip to main content

An official website of the United States government

You have 2 new alerts

NOTICE OF INTENT

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Aug 30, 2024 05:27 am EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 06, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

NOTICE OF INTENT THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a firm fixed price contract to Ecdysis Foundation, 46958 188th Street, Estelline, South Dakota 57234-5623, United States. Under the authority of FAR 13.106 (1) only one responsible source and no other supplies or services will satisfy agency requirements. The requirement is for the Defense Analysis Department at Naval Postgraduate School (NPS). This requirement is for Naval Postgraduate School (NPS) to actively research the impacts of regenerative agriculture on DoD installations and climate resilience. This approach ensures that oversight and implementation are handled at the most localized level within NPS, promoting efficiency and alignment with research goals. By assigning management responsibilities to NPS personnel deeply engaged in this research, the aim is to leverage their expertise and commitment to drive meaningful advancements in understanding and implementing regenerative agriculture practices across military installations. The program is an integral part of the Defense Analysis Department’s curriculum. Ecdysis will conduct comprehensive measurements across soil health, water quality, microbial communities, plant diversity, invertebrate populations, bird habitats, and yield assessments, alongside economic management. The vendor will provide aggregation of these extensive measurements and data tracking efforts that will combine and summarize information from all data collection points into a unified dataset and summary. These services will be paid for via the Wide Area Workflow (WAWF). Personnel cannot cancel or discontinue services until directed by the Government. The anticipated award date of this action is on or before 30 September 2024. The applicable NAICS code is 541715. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the licenses and proof as being an authorized vendor of these services. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 2:00 PM Pacific Standard Time (PST), September 6, 2024. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to Brenna Bronder at the following email address at: brenna.m.bronder.civ@us.navy.mil NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED

Contact Information

Primary Point of Contact

Secondary Point of Contact





History