MODIFICATION
22 -- Amendment A0001 to Solicitation W81GYE-06-R-0037 provides answers to potential offeror questions and cancels the tentatively scheduled pre-proposal conference.
- Notice Date
- 1/4/2007
- Notice Type
- Modification
- NAICS
- 488210
— Support Activities for Rail Transportation
- Contracting Office
- Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W81GYE-06-R-0037
- Response Due
- 1/18/2007
- Archive Date
- 3/19/2007
- Point of Contact
- Rodney Cameron, 703-428-2099
- E-Mail Address
-
Email your questions to Surface Deployment and Distribution Command - W81GYE
(cameronr@sddc.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment is to answer questions received by the Government in response to the subject solicitation. The attached questions and responses are offered as information only and do not in any way change the terms and conditions expre ssed in the solicitation. Notice is provided that the tentatively scheduled pre-proposal conference identified in the solicitation is hereby canceled. All other terms and conditions remain unchanged. The following questions were submitted in response to Rail Repair Solicitation W81GYE-06-R-0037 by Boston Transit Group. Answers to these questions are addressed below as well: 1. Who is the contractor that currently has the DODX maintenance and repair responsibilities as defined in the solicitation? Answer - Currently, a single award for all rail support services is awarded to Intellitrans. The contract number is DAMT01- 01-P-0328 While the three contracts solicited by M-SDDC are very different in nature than the current contract for which service is provided, Intellitrans executes repair services through subcontracts. Those subcontractors are Alabama Railcar Service (ARS) located in Ozark, AL, Custom Car Corporation (CCC) located in Meridian, MS. and Central California Railcar Repair (CCRR), Stockto n, CA. ARS performs all tank car repairs. CCC performs a majority of non-tank car repairs. CCRR has performed non-tank car repairs on approximately 10 rail cars. 2. What was the dollar amount awarded to date to the current DODX maintenance and repair contractor under their contract? Answer - The following are aggregate repair orders amounts for each year of the current contract DAMT01- 01-P-0328 expressed in FY order amounts: 2002= 179,136.53 2003= 428,701.52 2004= 600,271.10 2005= 974,342.09 2006= 907,817.10 2007 year to 12/20/06= 326,962.98 3. On page 17 of 75, it is stated that SDDC requires a minimum of 6 rail repair contractors. Minimally, the Government will endeavor to award (4) four AAR facilities and (2) two additional facilities having tank rail car repair and cleaning capability. Awards are geographically disbursed in the government's best interest... If a bidder successfully demonstrates acceptable technical capability, meets the past performance standard, has the best offered pricing, and has facilities in all of the required locations/time zones, is it possible for that contractor to be awarded more than one location or the entire contract? Answer The Government will evaluate LPTA in rank order by region. Anything is possible to include a repair vendor providing both tank and non-tank repairs in each region and offering the low evaluated percentage offer in each. The solicitation specific ally states: The Government intends to make multiple low price technically acceptable (LPTA) awards in regional rank order. SDDC requires a minimum of 6 rail repair contractors. Minimally, the Government will endeavor to award four (4) AAR facilities and two (2) addi tional facilities having tank rail car repair and cleaning capability. Awards are geographically disbursed in the Governments best interest as follows: Region Min. AAR awardees Min. Tank Capable awardees Eastern time zone 1 1 Central time zone 2 1 Mountain/Pac. time zone 1 0 Should greater capacity be determined to be required prior to and at the time of award, additional LPTA awards may be added to the award matrix. What this means is that the Government had no reason to expect a reasonable number of companies to offer enough service and facilities to meet the entire requirement. However, the Government does not dismiss the possibility. The results of the competitio n will dictate multiple awards whose service is segregated by region, service type or both. If a single award for all services is the result of the price competition among all technically acceptable offerors, then single award will be made based on that r esult or one company may receive multiple awards by region, service type or both as determined appropriate by the Contracting Officer.
- Place of Performance
- Address: Surface Deployment and Distribution Command - W81GYE ATTN: SDAQ, 200 Stovall Street Alexandra VA
- Zip Code: 22332-5000
- Country: US
- Zip Code: 22332-5000
- Record
- SN01205253-W 20070106/070104220641 (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 |