The RFP Database
New business relationships start here

Railroad, Ground and Elevated Crane Construction, Maintenance and Cleaning


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

The Officer in Charge requires all labor, materials, supervision, tools, transportation, safety, surveys, scoping, layout work, equipment and management required to perform Facility Investment Services for Construction Maintenance and Cleaning of Railroad Ground Level and Elevated Crane Rail Systems at the Norfolk Naval Shipyard and Annexes, Portsmouth, VA; Naval Weapons Station Yorktown and Annexes, Yorktown VA; and Naval Installations within a 50 mile radius of the Norfolk Naval Shipyard, Portsmouth, Virginia.

The work includes but is not limited to:

Railroad Maintenance and Cleaning (Recurring):
Develop Preventive Maintenance (PM) and Cleaning Program
Preventive Maintenance (PM) and Cleaning of Railroad Switches
Preventive Maintenance (PM) and Cleaning of 115 / 135 lb.
Crane Rail Switches
Preventive Maintenance (PM) and Cleaning of 115 / 175 lb. Crane Rail Switches
Preventive Maintenance (PM) and Cleaning of Turntable Frogs
Preventive Maintenance (PM) and Cleaning of Derails
Preventive Maintenance (PM) and Cleaning of RR / CR Expansion Joints
Cleaning of Flange Ways
Vegetation Control

Railroad Maintenance and Cleaning (Non-Recurring)
Railroad Work
Railroad and Ground Level Crane Rail Work
Ground Level Rail Work
Elevated and Sidewall Crane Rail Work
Emergency Work

The work identified is to be provided by means of a Facility Support, Indefinite Delivery-Indefinite Quantity Contract with Recurring and Non-Recurring services. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government.
Offerors will be evaluated using the Lowest Priced Technically Acceptable (LPTA) Method in order to permit efficient competition; the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will make award to the lowest priced technically acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technical acceptable proposal.
Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range.

Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals.

The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered.
The offerorbs proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 b Technical Approach/Management, Factor 2 b Corporate Experience, Factor 3 b Safety and Factor 4 b Past Performance. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall.

Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation.

Size: A maintenance service contract with a yearly value of at least $500,000.00 or greater for recurring services.
Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar.

Scope: Demonstrate the ability to provide Maintenance and Cleaning Services of Railroad, Ground Level and Elevated Crane Rail Systems or other services as defined by the RFP. Demonstrate the ability to perform various miscellaneous services including, but not limited to Vegetation Control, Cleaning of Flange Ways and Emergency Work and other services that may be typical of a railroad maintenance contract.

Complexity: Demonstrate the ability to respond simultaneously to service calls (routine, urgent, and emergency) and maintenance requirements for repair and minor construction at various locations and buildings throughout the installation and supporting annexes.
Demonstrate the ability to manage competing priorities in order to support customer demands.

Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months.

The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs).
Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 488210, the size standard is $15M.

The proposed procurement listed herein is set-aside for small business concerns only. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commence Online (NECO) website on or about 18 July 2019. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Valerie Norris via email at valerie.norris@navy.mil 10 days prior to the RFP due date.


The site address is https://www.neco.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. The Government will not provide hard copies, facsimile or CD-ROM copies or Plan Holders Lists. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/.

Valerie Norris (757) 341-0087

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP