Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
MODIFICATION

Z -- Re-establish Rail Service to CFMC (Rockeye) Modification to Correct Error in Contact Information

Notice Date
1/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008518R1609
 
Response Due
1/25/2018
 
Archive Date
2/9/2018
 
Point of Contact
Marissa Wagler 812-854-3972 Re-establish Rail Service to CFMC (Rockeye)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008518R1609; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for a design bid build type contract for Re-establish Rail Service to CFMC (Rockeye) at the Naval Support Activity,Crane, Indiana. The contractor shall provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform all work requirements to re-establish rail service to (CFMC) Rockeye and to meet required standards. This includes re-installing the HW045 crossing that was previously removed plus the signaled railroad crossing flashing lights; spot replacement of cross ties and Surface/Alignment/Dress (SAD) of tracks including ballast addition; reworking ten stone road crossings; and straight railing three turnouts, demolition of parts of RR228. Demolition of parts of RR229 and all of RR228A and RR231 so that materials can be used to reconnect sections of RR230 and RR229 to the required buildings, (replacing two sections of RR230 that have been removed near B. 2739, replacing two sections of track into B.2727 that have been removed, replacing one section of track into B. 2728 that was removed); replacing curve worn and torch cut rails; replacing switch ties in and SAD of six turnouts; replacing six road crossings and three building access crossings; and spot replacement of cross ties and Surface/Alignment/Dress of the tracks including ballast additions. The term of the contract would be for 365 days post award. Applicable NAICS Code for this solicitation is 237990 Other Heavy and Civil engineering Construction. The Small Business Size Standard is $36,500,000.00. The cost range for this project is between $1,000,000 and $5,000,000. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HUBZone concerns, and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract, (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc. Anticipate the solicitation will be released on or about 1 February 2018 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to marissa.wagler@navy.mil. Responses may be submitted under Solicitation Number N4008518R1609 via e-mail to: debbie.dills@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Debbie Dills, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offerors Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on Thursday 25 January 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9f376577172ae93796755b7ba95c193b)
 
Record
SN04787988-W 20180113/180111231351-9f376577172ae93796755b7ba95c193b (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  © 1994-2020, Loren Data Corp.