Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2024 SAM #8265
SOURCES SOUGHT

Z -- Military Ocean Terminal Concord (MOTCO) Rail Curve Bid Package 2

Notice Date
7/12/2024 9:06:39 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123824S0030
 
Response Due
7/16/2024 5:00:00 PM
 
Archive Date
07/31/2024
 
Point of Contact
Howard Gregory, Phone: 9165575217, MELISSA DENIGRIS, Phone: 9165575137
 
E-Mail Address
howard.e.gregory@usace.army.mil, MELISSA.A.DENIGRIS@USACE.ARMY.MIL
(howard.e.gregory@usace.army.mil, MELISSA.A.DENIGRIS@USACE.ARMY.MIL)
 
Description
The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement for the Rails Curves Bid Project 2 at Military Ocean Terminal Concord (MOTCO). PLEASE NOTE - A sources sought was posted on 25 March 2022 under W9123822S0028 and another was posted in FY23 for this requirement.� The Rail Curve Bid Package 2 repair scope includes the demolition of existing rail curves and constructing replacement curves including repaired/replaced subgrade and ballast, and new ties and rails. Total combined length of rail curve work is approx. 6,000 linear feet. Replacement rail curves are designed to maintain a curvature less than 12 degrees.� The new track will be constructed with 115-lb minimum rail on wood ties. The project also includes the necessary embankment construction, sub-ballast, ballast, and other track materials (OTM) necessary to provide a new rail alignment. All tracks will be constructed per standards in UFC 4-860-01FA and AREMA Manual for Railway Engineering. The potential requirement may result in a firm-fixed-price solicitation issued approximately July 2024. If solicited, the Government intends to award the anticipated requirement by 30 September 2024. The Government estimates that construction of the potential requirement will be completed within 430 calendar days from receipt of Notice to Proceed. If market conditions indicate this estimate may be unrealistic, Respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i)), the Government currently estimates the magnitude of construction for the potential project is between $10,000,000 and $25,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237990, Other Heavy and Civil Engineering Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration, is $45,500,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Z2LB Repair or Alteration of Highways, Roads, Streets, Bridges and Railways, includes resurfacing. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty-five percent (25%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor will be required to self-perform the percent of work identified in the solicitation under FAR 52.236-1,�Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the primary point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT: Responses must be limited to ten (10) 8.5 x 11 inch pages with a minimum font size of point 10. Please provide the following information: 1) Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number�(EIN), address, point of contact name, contact phone number, contact e-mail address, and statement identifying whether the company employs union or non-union workers. 2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). 3) Business size and socioeconomic type for the applicable NAICS (ex: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)). 4) Bonding capability (in the form of a Surety letter).. Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Howard Gregory at howard.gregory@usace.army.mil and Contracting Officer, Melissa DeNigris at melissa.a.denigris@usace.army.mil by 5:000pm PST July 16, 2024. � Please include the Sources Sought Notice number W9123824S0030 in the e-mail subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/50851b243d3c400aa9c2864dbe6adb95/view)
 
Place of Performance
Address: Concord, CA, USA
Country: USA
 
Record
SN07127204-F 20240714/240712230115 (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.