Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

Y -- Napa Valley Wine Train (NVWT) Segment 3 Railroad Relocation, Napa, CA

Notice Date
8/1/2008
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, California, 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-08-R-0039
 
Archive Date
9/30/2008
 
Point of Contact
Marsha R Sells, Phone: 916-557-5232
 
E-Mail Address
Marsha.R.Sells@spk01.usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
The Sacramento District Corps of Engineers is requesting proposals from Prime Contractors for project Napa Valley Wine Train (NVWT) Segment 3 Railroad Relocation, which will be performed in downtown Napa, CA. The work to be performed under this project consists of providing the labor, equipment, and materials to relocate existing railway facilities including the removal of one railroad bridge, removal of two building structures and miscellaneous facility demolition; construction of two new railroad bridges (one bridge over the Napa River), a segment of new railway that is approximately 35-feet from and 3-feet higher than the existing railway, and at-grade roadway crossing facilities; reconstruction of the streets and sidewalks including construction of retaining walls, stairs and ramps; reconstruction of private driveways and walkways; relocation of existing underground utilities including domestic water, sanitary sewer, storm drain and electrical facilities; construction of new storm drain facilities and street lighting; landscaping and irrigation; temporary facilities and all other work as shown within the contract. The work also consists of demolition and clearing, hazardous materials removal, earthwork, site work, rail work, concrete, precast concrete, asphalt concrete, metal work, utility work and plumbing, landscaping, electrical, and other items defined within the contract documents. CONSTRUCTION WILL BE PERFORMED WHILE THE TRAIN CONTINUES NORMAL OPERATIONS ON THE EXISTING RAILWAY AND SHALL NOT IMPEDE THE TRAIN’S SCHEDULED OPERATIONS. This acquisition is proceeding as an UNRESTRICTED RFP with any resultant award being a Firm-Fixed-Price construction contract. All responsible sources may submit an offer which shall be considered by the agency. The solicitation will be a negotiated acquisition. There will be no public bid opening. Proposals from Large businesses must comply with FAR Clause 52.2 19-9, regarding the requirement for a Subcontracting Plan. The goals (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 70.0%; Small Disadvantaged Business 6.2%; Women-Owned Small Business 7.0%; HUBZone Small Business 9.8%, Veteran-Owned Small business 3.0% and Service-Disabled Veteran-Owned Small Business 0.9%. Estimated Cost Range is between $40,000,000 and $50,000,000 This Procurement will be conducted under FSC CODE: Z299, SIC CODE: 1629, NAICS Code: 237990. The size standard for this code is $31,000,000. All questions should be directed to the Contracting Specialist, Marsha Sells, at (916) 557-5232, FAX: No.: (916) 557-5278, e-mail Marsha.R.Sells@usace.army.mil. Information about the time and location of the pre-proposal conference will be found in Section 00 21 00 of the specifications. The RFP will available for download on or about 16 AUG 2008. All PROPOSALS will be due 15 SEP 2008/1:00 pm PDT. The specific date and time will be identified in the solicitation. A technical and price proposal will be required. Evaluation by the Government will result in selection of a firm that represents the best value to the Government. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps. The only PLAN-HOLDERS/BIDDERS LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the REGISTER AS INTERESTED VENDOR on the right side at the bottom of the announcement to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prim/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=addf8153871f45bd63d3d772b920e681&tab=core&_cview=1)
 
Place of Performance
Address: Napa, California, United States
 
Record
SN01628796-W 20080803/080801221219-addf8153871f45bd63d3d772b920e681 (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 |
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.