SOURCES SOUGHT
Z -- Railroad Maintenance & Repair IDIQ
- Notice Date
- 10/8/2020 9:33:42 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- FA441820R0019
- Response Due
- 10/6/2020 12:00:00 PM
- Archive Date
- 10/21/2020
- Point of Contact
- Victor McKinnon, Phone: 8439634492, Michael Mesko, Phone: 8439635172
- E-Mail Address
-
victor.mckinnon@us.af.mil, michael.mesko@us.af.mil
(victor.mckinnon@us.af.mil, michael.mesko@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- 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. � The scope of this project 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 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. 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.� SPECIAL REQUIREMENTS/CONCERNS:� The information requested by this Sources Sought will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. 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. The estimated contract value for this is between $3,000.00 minimum and Not-to-Exceed $5,500,000.00 over a maximum period of five years and six months (Base year plus four option years with six month option). The NAICS Code assigned to this acquisition is 237990 � Other Heavy and Civil Engineering Construction/Railroad Construction with a Size Standard of $39.5M. 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. Email responses or send to below address to the primary point of contact NLT 20 Oct 2020, 2:00pm EST. 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 �12 November 2020, at the www.bet.sam.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 beta.sam.gov 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��������������������������������������������� ���� Victor McKinnon, Contract Specialist ATTN:� Victor McKinnon����������������� ���� ������ �����Phone (843) 963-4492, Fax (843) 963-2829 101 E. Hill Blvd.�������������������������������������������� ���� E-mail: victor.mckinnon@us.af.mil Joint Base Charleston, SC 29404-5021 ����������������������������������������������������������������������������������� Alternate Point of Contact�������������������������������������� Mr. Michael Mesko, Contracting Officer Phone (843) 963-5172, Fax (843) 963-2829 e-mail: �michael.mesko@us.af.mil Place of Performance Joint Base Charleston � Naval Weapons Station, Goose Creek, SC Postal Code:� 29445 Country:� USA
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7bb94a64bdd44da28fc67598e0a4d5c5/view)
- Place of Performance
- Address: Charleston AFB, SC 29404, USA
- Zip Code: 29404
- Country: USA
- Zip Code: 29404
- Record
- SN05824671-F 20201010/201008230156 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |