Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643

Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

Y -- REPAIR RAILROAD SYSTEM, NAVAL WEAPONS STATION EARLE, COLTS NECK, NJ SOL N62472-00-R-0807 DUE 072800 POC Anthony Teti, Contract Specialist, 610-595-0624 This is a Source Sought Notice to provide preventive maintenance and repair to the railroad system at the Naval Weapons Station Earle, Colts Neck, NJ. The contractor shall furnish all labor, transporation, equipment, materials, supplies and supervision necessary to perform preventive maintenance repairs to various types of existing railroad facility IAW the specification. The resultant contract will be a combination firm-fixed price and Indefinite Quantity contract. The performance period will commence 30 days after award. The estimated cost range is between $5,000,000 and $10,000,000. The guaranteed minimum is the firm-fixed price portion of the contract. The Department of the Navy intends to issue an RFP for this project. There will be Indefinite Quantity line items for ordering of work over and above the Firm-Fixed Price portion of the contract. The wages to be utilized in preparing proposals include Davis-Bacon and/or Service Contract Act. The award shall be based on best value to the Government, price, and other factors considered. Performance period is for 12 months with four (4) 12 month options to be exercised by the Government if found to be in its best interest. FAC Clause 5252.217-9301 "Option to Extend the Term of the Contract Services" and FAR Clause 52-217-8 "Option to Extend Services" are included in this acquisition. The contract includes the clause titled "Evaluation of Options" (FAR 52.217-5) except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest. Evaluation of options will not obligate the Government to exercise the option(s). The determination of the best value contractor proposal will be made based on Source Selection procedures that provide the evaluation of qualified offerors. Source selection criteria will be published in the CBD prior to issuance of the RFP. A determination as to whether this requirement will be set aside for either 8(a), HubZone, Small Business, or whether the requirement will be issued as unrestricted has not yetbeen made. The purpose of this sources sought CBD is to solicit information from sources (both small and large business concerns) to make such determination. NOTE: In accordance with FAR 19.804-2(a)(5)and (c), SBA Newark NJ District office has made the determination tha only 8(a) firms serviced by or with bona-fide offices located in SBA Region II will be evaluated. Potential offeror's shall respond to this advertisement not later that 28 July 2000 providing evidence of capability which shall include, at a minimum: 1) Self Representation of the size status of your firm as it relates to SIC Code 1629 wherein the small business size standard is $20M. Interested offeror's must indicate whether they are an 8(a) firm serviced by or with bona-fide offices located in SBA Region II, or whether they a certified HUBZone firm, a Small Business Concern, or a Large Business under the applicable SIC Code and size standard. (please indicate all that apply) 2) Provide examples of projects performed during the period of 1994to the present which would demonstrate your firm's experience in providing BOTH maintenance activities for railroad track systems as well as in railroad track construction or reconstruction including road crossings. Further provide examples of your firm's ability to provide emergency repair of railroad track systems (include information regarding inventory of track components and labor of such emergencies) 3) for each of the project examples submitted, provide a customer reference (name, title and current valid phone number) who can verify the information provided. 4) Based on the description of the work required, indicate the approximate amount and type of work that will be performed with in house forces vs. the amount and type of work that may be subcontracted. Further for work planned to be subcontracted, please indicate the type of firm(s)(i.e. Small Business, Small Disadvantaged Business, HubZone, Woman Owned Small Business or Large Business) that will perform the subcontracted work. You may send your response to Mr. Anthony Teti by mail to Northern Division, Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Lester, PA 19113-2090. If adequate interest is not received from certifed Region II 8(a) or certified Hubzone or Small Business Concerns, the solicitation will be issued as Unrestricted. Future CBD notices will explain fee requirements for bidding documents and restrictions, if any, on which vendors can submit proposals. For questions concerning the subject notice, please call Mr. Anthony Teti at (610) 595-0624 or fax to (610-595-0644). Posted 07/13/00 (W-SN474512). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0152 20000717\Y-0028.SOL)

Y - Construction of Structures and Facilities Index  |  Issue Index |


Created on July 13, 2000 by Loren Data Corp. -- info@ld.com