Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOLICITATION NOTICE

Z -- Railroad Network Maintenance and Repair IDIQ

Notice Date
3/14/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-12-R-0006
 
Point of Contact
Bernice Moragne, Phone: 8439634502, Barbara Powell, Phone: 843-963-4525
 
E-Mail Address
bernice.moragne.1@us.af.mil, barbara.powell.5@us.af.mil
(bernice.moragne.1@us.af.mil, barbara.powell.5@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 628th Contracting Squadron at Joint Base Charleston, SC will solicit for a Railroad Network Maintenance & Repair Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base Charleston - Weapons Station (JB CHS-WS), Goose Creek, South Carolina. Dollar magnitude for this contract is between a minimum of $25,000.00 and a contract maximum not-to-exceed of $5,000,000.00 over a five-year period (base year and four option years). The work to be performed under this contract consists of furnishing all plant, labor, materials, equipment, supplies and supervision necessary to complete various projects to maintain & repair the JB CHS-WS railroad network. The railroad network is located within the Army Strategic Logistics Activity, Surface Deployment and Distribution Command, Naval Munitions Command, and Wharf "A" areas of JB CHS-WS consisting mainly of 115-pound and a few 90-pound rails. Work includes, but is not limited to railroad tie replacement, resurfacing, realignment, leveling, and re-gauging railroad track, cribbing the railroad bed, recharging and regulating ballast, maintaining switches, maintaining road crossings, performing thermite welding of rail, maintaining bumpers at loading docks, and incidental related work. Capability to handle emergency response for railroad track washout or train derailment will be required. Maintenance of an office on JB CHS-WS will not be required. FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. 8(a), SDVOSB and HUBZone firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement will be set aside. Should an insufficient number of responses be received in the three categories, the requirement will be issued as unrestricted. Interested 8(a), SDVOSB and HUBZone concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 26 March 2012. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside you qualify for under the applicable NAICS codes (8(a), SDVOSB or HUBZone). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, percent and description of work self-performed, and points of contacts with current telephone numbers. (d) Evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested 8(a), SDVOSB, and HUBZone concerns. If adequate interest is not received from 8(a), SDVOSB or HUBZone concerns, the solicitation will be issued as unrestricted without further notice. The applicable NAICS code is 237990 with a small business size standard of $33,500,000.00. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. It is anticipated the solicitation will be issued electronically on or about 23 April 2012 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. All prospective contractors must be registered in the Central Contractor Registration, (CCR), in order to be eligible for an award. Point of Contacts: Primary Point of Contact: Bernice Moragne, Contract Specialist, Phone (843) 963-4502, FAX (843) 963-2829, e-mail: bernice.moragne.1@us.af.mil. Alternate Point of Contact: Barbara Powell, Contracting Officer, Phone (843) 963-4525, FAX (843) 963-2829, e-mail: barbara.powell.5@us.af.mil. Send all correspondence to: 628th Contracting Squadron, Attn: Bernice Moragne, 101 E. Hill Blvd, Joint Base Charleston, SC 29404-5021.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-12-R-0006/listing.html)
 
Place of Performance
Address: Joint Base Charleston – Weapons Station, Goose Creek, South Carolina, 29445, United States
Zip Code: 29445
 
Record
SN02696299-W 20120316/120314234822-fec6bd3b5f9baf0021cfa0045cfa1ab4 (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.