The RFP Database
New business relationships start here

Railroad Maintenance and Repair 8(a)


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

 
Solicitation for Railroad Maintenance and Repair IDIQ

Solicitation Number FA4418-18-R-0016

See solicitation and attachments.



















 

 

 

 

 

 

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY.

THIS IS NOT A REQUEST FOR PROPOSAL.

 

This notice is posted in accordance with FAR 5.2 and 36.213-2

 

Project:  Railroad Repair - Indefinite Delivery, Indefinite Quantity

 

The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages of potential sources to maintain the railroad network on the Naval Weapons Station at Joint Base Charleston, Goose Creek, South Carolina.

 

This sources sought is for planning purposes only.  

 

Project Description: The work to be performed by the contractor consists of maintaining the JBC-WS railroad network, which is located within the Army Strategic Logistics Activity, Charleston, the Surface Deployment and Distribution Command, Naval Munitions Command, and Wharf "A" areas of Joint Base Charleston Weapons Station, Goose Creek, South Carolina.  The JBC-WS railroad network consists mainly of 115-pound rails, although there are a few tracks that consist of 90-pound rails that are still in use and will need to be maintained. The award amount for each delivery order will be negotiated based upon a pre-priced menu with line item prices determined during the initial contract bid.  The performance time for each delivery order will be negotiated prior to award of each delivery order.  The work to be performed by this contract consists of furnishing all plant, labor, materials, equipment, supplies and supervision necessary to complete various projects involving the maintenance of the JBC-WS railroad network.  Work includes, but is not limited to:  railroad tie replacement, resurfacing, realignment, leveling, and re-gauging railroad track, cribbing the railroad bed, recharging and regulating ballast, maintaining switches, maintaining road crossings, performing thermite welding of rail, maintaining bumpers at loading docks, and incidental related work.  Capability to handle emergency response for railroad track washout or train derailment will be required.  Maintenance of an office on JBC-WS will not be required.  Crewmen will be required to pass a criminal history background check.  U.S. citizenship will not be not required.

 

SPECIAL REQUIREMENTS/CONCERNS:  Contract type will be Firm-Fixed Price. Capabilities are sought from 8(a) businesses for the purposes of determining if this requirement can be set aside.

 

Dollar magnitude for this contract is between $4M to $6M over five years.  The anticipated performance time is 365 calendar days with a government option of up to four additional calendar years.  The NAICS Code assigned to this acquisition is 237990 - Commercial and Institutional Building Construction with a Size Standard of $36.5M.

 

THIS IS NOT A REQUEST FOR A PROPOSAL OR INVITATION FOR BID.

 

NOTICE TO OFFEROR(S)/SUPPLIER(S):  FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT.  NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE.  THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE.  IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS

 

Firms responding should indicate their size in relation to this size standard, and indicate their 8(a) socio-economic status, if applicable.  If a response from two or more qualified firms is received for any of the SB categories, this requirement may be set aside. Should an insufficient number of responses be received in the categories, the requirement may be issued as unrestricted.

 

All interested Small Business prime contractors are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 3:00 p.m. EST on 1 June 2018.

 

NOTE:  If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply.  This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees.

 

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

(a) Indicate which set-aside(s) you qualify for under the applicable NAICS codes.

(b) A positive statement of your intention to bid on this contract as a prime contractor.

(c) Evidence of recent (within the last five years) experience in work similar in type and scope to include:

1. Contract numbers
2. Project titles
3. Dollar amounts

4. Contract completion dates
5. Percent and description of work self-performed
6. Customer points of contacts with current telephone numbers.

(d) Evidence of bonding capability of a minimum of $5,000,000.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns.  If adequate interest is not received from an 8(a) business, the solicitation may be issued as unrestricted without further notice.  The successful contractors will be selected using tradeoff procedures resulting in the best value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror.

NOTES:
(1) A solicitation, SOW, and drawings will be available on or about 28 JUL 2018, at the www.fbo.gov website.
(2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website.
(3) There is no fee for this sources sought.
(4) A registration page is attached to the FBO website.  You are not required to register.  However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation.  If you have not registered, it will be your responsibility to check the website for any changes to the solicitation.
(5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts.  Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor.
(6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months.
(7) All prospective contractors must be registered in the System for Award Management (SAM) system in order to be eligible for an award.
(8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents.

Contracting Office Mailing Address:                      Original Point of Contact

628 CONS/PKB                                                         TSgt David Tuscany, Contract Specialist

ATTN:  TSgt David Tuscany                                      Phone (843) 963-8764, Fax (843) 963-2829

101 E. Hill Blvd.                                                         E-mail: David.tuscany@us.af.mil

Joint Base Charleston, SC 29404-5021

                                                                                   


Alternate Point of Contact                                      


Ms. Rozella Johnson, Contracting Officer


Phone (843) 963-5174, Fax (843)963-2829


e-mail:  Rozella.johnson.1@us.af.mil


 

Place of Performance

Joint Base Charleston - Naval Weapons Station, Goose Creek, SC
Postal Code:  29445

Country:  USA


David J. Tuscany, Phone 8439638764, Email david.tuscany@us.af.mil - Rozella N. Johnson, Contracting Officer, Phone 843-963-4525, Fax (843) 963-2829, Email rozella.johnson.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP