Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2023 SAM #7830
SOLICITATION NOTICE

Z -- Maintenance and Repair of Railroad Trackage at Naval Weapon Station Earle, Colts Neck, New Jersey and Other Areas of Responsibility

Notice Date
5/4/2023 2:35:44 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523R2526
 
Archive Date
08/05/2023
 
Point of Contact
SUSAN C. ROBERTS, Phone: 7573410091
 
E-Mail Address
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support/Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with both Recurring and Non-Recurring Services to perform Maintenance and Repair of Railroad Trackage at Portsmouth Naval Shipyard, Kittery, Maine. The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to provide Maintenance and Repair of Railroad Trackage at Naval Weapon Station (NWS) Earle, Colts Neck, New Jersey and Other Areas of Responsibility (AOR). Facility Investment Services The work includes:� Maintenance, repair, alteration, demolition and minor construction such as: �� Trackage � Railroad and Crane, Preventative Maintenance � Frog and Switch Components, Rail Flange Way Cleaning, Ultrasonic Testing of Railroad and Crane Rails, Routine, Urgent and Emergency Service Orders.� The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. 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 Prices 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 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 technically 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 offeror�s 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 � Technical Approach/Management, Factor 2 � Corporate Experience, Factor 3 � Safety and Factor 4 � 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 and Repair of Railroad Trackage Service Contract with a yearly value of at least $1.4M. If an Offeror intends to submit work completed issued off an Indefinite Quantity/Indefinite Delivery (IDIQ) contract as a qualifying Project, the Offeror is limited to submitting the IDIQ contract itself. The board will not consider or evaluate any task orders whether submitted individually or collectively. Scope: Offeror must have provided all labor, management, supervision, tools, materials, equipment to provide maintenance and repair services of railroad trackage services such as: Railroad and Crane, Preventative Maintenance � Switches, Vegetation Control, Ultra Sonic testing, Railroad Right of Way (ROW) Tree Trimming, Urgent and Emergency Service Orders. Roads and Paved Surfaces: Rail Road Traffic Control Devices (Gate, Signal), Drainage Systems and Waterfront and Main Station Railroads and other services as defined in the RFP. Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or installations. 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 will not exceed sixty (60) months. The proposed procurement will be issued as a NAVFACSYSCOM Mid-Atlantic Electronic Facilities Support contract with online ordering capability using FedMall for the Non-Recurring 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 NAICS Code is 237990 size standard $45million. The proposed procurement will be solicited as a Full and Open. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.GOV website on or about 18 May 2023. 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 Susan C. Roberts (susan.c.roberts4.civ@us.navy.mil) 10 days prior to the RFP due date. The site address is https://sam.gov/. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the SAM.GOV website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. 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 have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7509a095b7dd4a5da5038a7d0b6fdccd/view)
 
Place of Performance
Address: Colts Neck, NJ, USA
Country: USA
 
Record
SN06672027-F 20230506/230504230117 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.