Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

Y -- Upgrade Rail Line

Notice Date
9/14/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-11-R-0039
 
Point of Contact
Monica H. Bardsley, Phone: 907-753-5767, Laura J Sheldon, Phone: 907-753-2525
 
E-Mail Address
monica.h.bardsley@usace.army.mil, laura.j.sheldon@usace.army.mil
(monica.h.bardsley@usace.army.mil, laura.j.sheldon@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SYNOPSIS: On or about 3 October 2011 the Alaska District Corps of Engineers will request a proposal for a Service Disable Veteran Owned small business set-aside to replace approximately 10,000 feet of 70, 75, and 90 pound rail line with 115 pound rail line. Construct approximately 9,500 feet of secondary rail line. Work includes at-grade crossings, signage, switches, and road markings. Construct a 14,800 square foot railcar offload shelter with catwalk and area lighting. Install a 1,000 gallon per minute offload header with secondary containment and cathodic protection capable of supporting seven railcars. Demolish substandard railroad track, supporting rail items and existing offload piping. The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considering price and non-price factors. Any resulting contract will be firm fixed price. NAICS Code: 237990 with a size standard of $33.5 million. The anticipated Notice to Proceed date is March 15, 2012 with 510 calendar day period of performance. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional approval. Should Congress not authorize this project or appropriate funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. The FY11 subcontracting goals for this contract are a minimum of 50 percent of the contractor's intended subcontract amount to be placed with small business, 17 percent to Small Disadvantaged Business, 18 percent to Women Owned Small Business, 10 percent to HUB Zone Small Business, 8.5 percent of Veteran Owned Small Business, and 4 percent Service Disabled Veteran Owned Small Business. The Davis Bacon Act will apply. All responders are advised that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. All contractors are advised that they must be registered in CCR and ORCA "( http://orca.bpn.gov ). Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. "Lack of registration in the CCR database will make an offeror ineligible for award." (Reference DFAR 252.204-7004, Required Central Contractor Registration). PROJECT INFORMATION: Construct approximately 9,500 feet of secondary rail line. Work includes at-grade crossings, signage, switches, and road markings. Construct a 14,800 square foot railcar offload shelter with catwalk and area lighting. Install a 1,000 gallon per minute offload header with secondary containment and cathodic protection capable of supporting seven railcars. Demolish substandard railroad track, supporting rail items and existing offload piping. Range of the anticipated magnitude of construction is between $10M to $20M. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors (in descending order of importance): Specialized Experience, Past Performance (Confidence Assessment), and Price (SF 1442, Proposal Data Sheet, and Contract Line Item Schedule). The overall evaluating rating of the non-price factors is considered more important than price. OBTAINING THE SOLICIATION: The solicitation, including plans and specifications, will be available electronically from FedBizOpps website ( www.fbo.gov ). On the FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and enter this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via FedBizOpps website. All responsible sources may submit an offeror in the form and format of the solicitation which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the offeror's responsibility to check for any posted changes to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-11-R-0039/listing.html)
 
Place of Performance
Address: USACE District, Alaska, CEPOA-CT, P.O. Box 6898, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02576355-W 20110916/110915000321-ef3a02549c198bb369a975dfac09210d (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.