SOURCES SOUGHT
Z -- Railroad Track Maintenance and Repair in the Hampton Roads Area of Virginia
- Notice Date
- 2/16/2024 5:21:34 AM
- Notice Type
- Sources Sought
- NAICS
- 488210
— Support Activities for Rail Transportation
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008524R2604
- Response Due
- 2/28/2024 11:00:00 AM
- Archive Date
- 10/31/2024
- Point of Contact
- Jordan Cashwell, Pamela Waller, Phone: 7573411581
- E-Mail Address
-
jordan.r.cashwell.civ@us.navy.mil, pamela.a.waller2.civ@us.navy.mil
(jordan.r.cashwell.civ@us.navy.mil, pamela.a.waller2.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract with recurring and non-recurring work services is anticipated. The total contract term including the exercise of any options, shall not exceed (66) months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for Construction, Maintenance and Cleaning of Railroad, Ground Level and Elevated Crane Rail Systems at Norfolk Naval Shipyard and Annexes, Portsmouth, VA, and Naval Installations within a 50 mile radius of the Norfolk Naval Shipyard, Portsmouth, VA. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to perform: 1502000 C � Facility Investment (Railroad Track Maintenance and Repair) The intent of 1502000 C Facility Investment (Railroad Track Maintenance and Repair) is to specify the requirements for railroad track maintenance and repair services including, but not limited to: Recurring Work-FFP � 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 � Ultra Sonic Testing of Elevated Crane Rail and Ground Level Railroad Trackage Non-Recurring Work-IDIQ � Railroad Work � Railroad and Ground Level Crane Rail Work � Ground Level Rail Work � Elevated and Sidewall Crane Rail Work � Emergency Work All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 488210, size standard $34.0 million. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size: A maintenance service contract with a yearly value of at least $550,000 for recurring services. Scope: Offeror must have provided all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for Construction, Maintenance and Cleaning of Railroad, Ground Level and Elevated Crane Rail Systems as described in the Performance Work Statement (PWS). Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or installations. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to jordan.r.cashwell.civ@navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 28 February 2024. Questions regarding this sources sought notice may be emailed to Jordan Cashwell at jordan.r.cashwell.civ@navy.mil or Pamela Waller at pamela.a.waller2.civ@us.navy.mil or via telephone at (757) 341-1581.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/414e79a400a84643b1b2069e2b5ea59a/view)
- Place of Performance
- Address: Portsmouth, VA, USA
- Country: USA
- Country: USA
- Record
- SN06969478-F 20240218/240216230100 (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 |