Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2023 SAM #7939
SOURCES SOUGHT

Y -- Fort Bliss Railyard Improvements

Notice Date
8/21/2023 10:51:02 AM
 
Notice Type
Sources Sought
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
PANSWD23P0000000317
 
Response Due
9/8/2023 12:00:00 PM
 
Archive Date
09/23/2023
 
Point of Contact
Ashley HARRISON, Phone: 8178861066, Matthew Dickson, Phone: 8178861110
 
E-Mail Address
ashley.m.bowles@usace.army.mil, matthew.s.dickson@usace.army.mil
(ashley.m.bowles@usace.army.mil, matthew.s.dickson@usace.army.mil)
 
Description
SOURCES SOUGHT PANSWD-23-P-0000 000317 Railyard Improvements, Fort Bliss, Texas US ARMY CORPS OF ENGINEERS FORT WORTH DISTRICT This is a SOURCES SOUGHT notice; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE.� No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests. Not responding to this notice does not preclude participation in future requirements. If a solicitation is released, it will be synopsized in the System for Award Management (SAM). It is the responsibility of potential offerors to monitor SAM for additional information pertaining to this requirement. The planned acquisition strategy will be posted in SAM upon completion of market research analysis. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB).� All are highly encouraged to respond to ensure adequate competition. The acquisition strategy will be determined based on responses received from this notice and other market research methods. The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit and award a Railyard Improvement at Fort Bliss, Texas. It is anticipated that the project will be a competitive, firm-fixed price, design-bid-build, contract procured in accordance with FAR 15, Negotiated Procurement using �Best Value� trade-off process. SCOPE OF WORK The Government is seeking experienced firms for the following scope of work: Construct Railyard Improvements located on Fort Bliss, Texas. The project includes extending and connecting dead-end tracks to the Yard Lead, adding North Rail access to Union Pacific Track, the addition of loading spurs with concrete aprons, and a field latrine and troop shelters for use during times of continuous deployment and redeployment operations. Project also includes building information systems, fire alarm systems, cybersecurity measures, Energy Monitoring Control Systems (EMCS) connection, and sustainability and energy enhancement measures. Supporting facilities include utility (electric, water, sewer, and gas) connections, exterior lighting, paving, parking, storm drainage, landscaping, site improvements, information systems, and removal of fencing, gates, and existing rail. Base Bid Base Bid for the project will be the development of the north and south lead tracks, with one (1) connection to the Union Pacific main track for each lead track, two (2) rail crossings over Sanitary landfill Rd. (including signalization), and development of the heavy-duty loading spur. Heavy duty loading spur work includes, but is not limited to concrete turning pads, asphalt access road, heavy loading pads, side load aprons, rail, lighting, and lightning protection. Troop support facilities for loading spur moved to option 4. Option 1: Container Storage Yard This option will be comprised of the Container Storage Yard and all supporting facilities to include but not be limited to the Administrative Building, Equipment Storage Shed, Container Repair Shed, Personnel Shade Canopies, gravel access drive, parking lot pavement, gravel yard, concrete pads, lightning protection, sanitary sewer, domestic water, communications, and electrical/power. Option 2: Vehicle Staging Area/Apron This option will include providing a concrete extension to the Vehicle Staging Area, located to the northwest of the main rail yard operations. Option 3: Generator This option will provide generator capacity up to 1500kW with all supporting equipment and features. Option 4: Troop Shelter This option will be comprised of the Latrine Building and six (6) Troop Shelters. Minimum experience requirements: Certifications � Rail Inspector and Ultrasonic Testing. In accordance with FAR 36/DFARS 236, the estimated construction price range for this project is between $100,000,000 and $250,000,000. Estimated duration for the project is 912 calendar days. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $45,000,000. The Product Service Code is Y2LB. Small Businesses are reminded to comply with FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime�s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the work that a similarly situated entity further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Firm response to this Notice shall be limited to 5 pages and shall include the following information: Firm�s name, Unique Entity Identifier, address, point of contact, phone number, and email address. � Firm�s interest in bidding on the solicitation when it is issued. � Firm�s experience to perform the magnitude and complexity outlined in the Scope of Work above (indicate whether as a prime contractor or subcontractor) by providing: � � �-Brief description of the project, customer name, and dollar value of the � � � project � providing at least 3 examples. � Firm�s Business Size � Large Business (LB), Small Business (SB), 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled-Veteran Owned Small Business (SDVOSV), or Women-Owned Small Business (WOSB). � Firm�s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Prior Government contract work is not required for submitting a response to this synopsis.�However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations.) Should this action be solicited as Full and Open Competition, a Small Business Participation Plan will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan. This announcement and all information will be issued via SAM and/or Procurement Integrated Enterprise Environment (PIEE) and Offerors must be active in SAM to be eligible for award of Government contract, including documenting Section 889 Compliance in SAM that include FAR 52.204-24 and FAR 52.204-25. Contracting will verify the Section 889(a) and (b) compliance � per FAR 52.204-26. The Supplier Performance Risk System (SPRS) is the Department of Defense, single authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1) and DFARS 204.7304(e), DFARS 252.204-7020 and DoDI 5000.79.� Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the SPRS to be eligible for award of Government contract. Interested Firms shall respond to this Notice no later than 8 September 2023. Mail or email your response to Ashley Harrison at Ashley.m.bowles@usace.army.mil or Matthew Dickson at Matthew.s.dickson@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7528e123a76943e294f1361dd4d776e8/view)
 
Place of Performance
Address: Fort Bliss, TX 79918, USA
Zip Code: 79918
Country: USA
 
Record
SN06800369-F 20230823/230821230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.