DOCUMENT
Z -- Maintenance and Repair Railroad Trackage - Attachment
- Notice Date
- 11/21/2016
- Notice Type
- Attachment
- NAICS
- 488210
— Support Activities for Rail Transportation
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, ROICC Camp Lejeune Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
- Solicitation Number
- N4008517R3001
- Response Due
- 12/5/2016
- Archive Date
- 12/21/2016
- Point of Contact
- Clifton L. Gaither 910-451-2582 Clifton L. Gaither
- Small Business Set-Aside
- N/A
- Description
- This is a PRE-SOLICITATION SYNOPSIS ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of the upcoming solicitation for providing maintenance and services, inspection, testing, cleaning, lubrication, adjustment, calibration, and minor part and component replacement (such as oil and grease) are required to verify proper system operation; minimize malfunction, breakdown, and deterioration of systems and equipment, and other items necessary to provide the services at railroad trackage facilities at Marine Corps Base, Camp Lejeune, NC and on the main line extending from Camp Lejeune to the Havelock wye, including the rail and switches through the long ties on the New Bern to Morehead City rail line. The North American Industry Classification System (NAICS) Code for this requirement is 488210 with a size standard of $15,000,000.00. A sources sought notice was posted on 11 October 2016 under solicitation N40085-17-R-3001 to determine availability and capability of businesses to perform the requirement. Eleven (11) responses were received from the sources sought notice to include the following business types: 1 hubzone, 3 women-owned, 2 small disadvantage, 1 service disable veteran owned, and 4 total small business. Based on the responses from the sources sought and the market research results, the procurement will be solicited as a 100% total small business set-aside. NAVFAC Mid-Atlantics Office of Small Business Programs concurs with the determination to solicit as a 100% total small business set-aside. ROICC Camp Lejeune anticipates awarding a combined Firm Fixed Price and Indefinite Delivery, Indefinite Quantity (FFP/IDIQ) contract with a base period of 12 months plus four (4) one-year option periods, to be exercised at the discretion of the Government. The total term of the contract, if all options are exercised, will be for 60 months. The Contractor may be required to continue performance for an additional period not to exceed six (6) months under FAR Clause 52.217-8, Option to Extend Services . In either case, the Government will not synopsize the options when exercised. The procurement method to be utilized is FAR Part 15 Source Selection, Lowest Price Technically Acceptable (LPTA). The solicitation will utilize source selection procedures which require offerors to submit information such as: price (proposal cost), corporate experience (narrative of work experience doing the required work), past performance (written statements verified by client/customer as to how well the contractor performed the work) in their proposal for evaluation by the Government, and insurance safety ratings (EMR and DART). The applicable Service Contract Act (SCA) Wage Determination is 15-4389, Revision No. -2, Date of Revision: 01/05/2016. A complete copy of the wage determination can be found at http://www.wdol.gov/. The solicitation will be available on or about 12/06/2016. The estimated date for receipt of proposals is 30 days after the solicitation issue date. This solicitation is available in electronic format only. Offerors can view and/or download the solicitation at www.neco.navy.mil and www.fedbizopps.gov/. Qualified Contractors must be registered in the System for Award Management (SAM) website: https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the Navy Electronic Commerce Online website. Only registered contractors will be notified by E-mail when amendments to the solicitation are issued. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Points of Contact: KELLY J. CANNON CLIFTON GAITHER Contracting Officer Contract Specialist kelly.cannon@navy.mil clifton.gaither@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008517R3001/listing.html)
- Document(s)
- Attachment
- File Name: N4008517R3001_PreSolicitationSynopsis173001.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R3001_PreSolicitationSynopsis173001.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008517R3001_PreSolicitationSynopsis173001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008517R3001_PreSolicitationSynopsis173001.pdf (https://www.neco.navy.mil/synopsis_file/N4008517R3001_PreSolicitationSynopsis173001.pdf)
- Record
- SN04333554-W 20161123/161121234454-a6d36d2bd01ac65fcb05af1488393598 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |