SOLICITATION NOTICE
99 -- Combined Synopsis/Solicitation for Railroad Maintenance & Repair
- Notice Date
- 9/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-10-T-0307
- Response Due
- 9/9/2010
- Archive Date
- 11/8/2010
- Point of Contact
- Malini H. Ganvir, 410-278-0761
- E-Mail Address
-
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(malini.h.ganvir@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-10-T-0307. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-44. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 237990 and the Business Size Standard is $33.5 million. Performance Work Statement and Request for Quote FY 10 RAILROAD MAINTENANCE FOR THE US ARMY ABERDEEN TEST CENTER The Government intends to evaluate quotes and award a Firm Fixed Price purchase order for maintenance and repair (M&R) of railway based on best value to the Government. Therefore, the offeror's quote should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to award without discussions. Basis for Award. The award will be based upon best value and made to the offeror whose proposal is determined by the Government to be the most beneficial, considering the evaluation factors set forth below. Offerors are cautioned that an award may not necessarily be made to the lowest price offeror. If non-Price factors are evaluated as comparatively equal between two or more offerors, price may become a determinative factor. The evaluation criteria consist of the following factors: Technical, Management, Past Performance Risk, and Price. Failure to submit proposal information may result in the offeror not being considered for award. Award shall be based on an integrated assessment of the following evaluation factors designed to determine which proposal offers the best prospect for accomplishing the Government's requirements for M&R of the this railway requirement. Relative Order of Importance: 1.All evaluation factors other than price, when combined, are significantly more important than price. 2.The technical factor is significantly more important than the management factor. 3.The technical and management factors are slightly more important than the past performance factor. The Government plans make an award based on best value to the Offeror whose proposal is determined to be the most beneficial, considering the evaluation factors set forth below. Offerors are cautioned that an award may not necessarily be made to the lowest price offeror. If non-Price factors are evaluated as comparatively equal between two or more offerors, price may become a determinative factor. If non-Price factors are evaluated as comparatively equal between two or more offerors, price may become a determinative factor. The evaluation criteria consist of the following factors: Technical Approach, Past Performance and Price. The Factors are of an equal importance. Technical Approach: Offerors are to provide a scope clarification narrative to this requirement. The narrative will be necessary to demonstrate that the offeror understands the work to be accomplished and the work schedule for performance. The narrative will be used to evaluate the extent to which the proposed approach is workable and the results achievable. The quote will be evaluated to determine whether the offerors methods of approach in meeting the requirements provide the Government with a high level of confidence in successful performance. Any offer that does not demonstrate that it meets the requirements will be rejected as technically unacceptable. Past Performance: Past Performance will be assessed for relevancy. Offerors with no relevant past performance history will be given a neutral rating. Offerors may describe problems encountered in past performance and corrective actions taken. Offerors are to provide information on two projects completed withing the past 36 months that are similar in nature to this effort. This information will be used to determine that the offeror has successfully performed similar work to provide the government with a high level of confidence in successful performance of this requirement. Price with Option: Except when it is determined in accordance with FAR 17.206(b) not to be in the Governments best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option. The Government may determine that an offer is unacceptable if the option prices are determined to be significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option. Item 1: Supply, install, and adjust switch operation by five (5) bowhandles at switch locations to be identified by the US Army Aberdeen Test Center (ATC) throughout its Rail Impact Test Facility (RITF) and associated railroad lines. Bowhandles are Government Furnished Equipment (GFE) el (see map). $_______________________ Item 2: Recondition track from ATC Gate 13 to first switch within industrial area (moving from gate to Bldg 526A, includes Main A (02) and 526A Spur; see map), to include replacement and surface tamping of wood cross-ties as needed, tighten or replace fasteners as identified by ATC, surface and align track as needed, and add/dress track ballast. $_______________________ Item 3: Recondition track within RITF test area (RITF Main, East and West Wyes, and Bypass, and Tail Track; see map), to include replacement and surface tamping of wood cross-ties as needed, tighten or replace fasteners as identified by ATC, surface and align track as needed, and add/dress track ballast. $_______________________ Item 4: Recondition approximately the first 300-ft of track leading from Bldg 526A after the concrete crossing (526A Spur and part of Main A (02); see map), to include surface and align track to a 12-13 degree radius as required by Unified Facilities Criteria (UFC) 04-860-01FA, Railroad Design and Rehabilitation, 16 January 2004; replacement and surface tamping of wood cross-ties as needed; tighten or replace fasteners as identified by ATC; and add/dress track ballast. $_______________________ Option Item 5: Contractor to dispose of cross-ties in accordance with federal, state, and local regulations. $_______________________ Notes: 1. Total cross-tie to be replaced: 250. 2. Replaced cross-ties will be disposed of by the government if the option for Item 5 is not exercised. 3. Bowhandles and railroad spikes are GFE provided by ATC personnel. 4. All materials and labor to be supplied by the vendor, unless specified otherwise. 5. Quote should include technical factors, evaluation factors, and price as necessary as set forth in the above line items. The following provisions and clauses will be incorporated by reference: 52.211-17 Delivery of Excess Quantities 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3Offerors Representations and Certifications Commerical Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) 52.214-34 Submission Of Offers In The English Language 52.214-35 Submission Of Offers In U.S. Currency 52.219-6Notice of Total Small Business Set-Aside 52.219-8Utilization of Small Business Concerns 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-42Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee ClassMonetary Wage-Fringe Benefits Laborer - $14.27 Please visit www.wdol.gov for further information or can be provided upon request to the Contracting Officer. 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest After Award 52.242-15 Stop-Work Order 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations In Clauses 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.204-7006 Billing Instructions 252.211-7003 Item Identification and Valuation 252.211-7006 Radio Frequency Identification 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7001 Pricing Of Contract Modifications APG 52.0214-4100 Notice - Caution for Handcarries EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 4:00 PM EDT September 9, 2010 via email to malini.h.ganvir@us.army.mil at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Malini Ganvir, Contract Specialist, via email at malini.h.ganvir@us.army.mil. Please provide any questions no later than September 8, 2010 at 4:00 PM EDT. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d6a99924c1fcf1fc0393d06a5562356a)
- Place of Performance
- Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02265790-W 20100904/100902235756-d6a99924c1fcf1fc0393d06a5562356a (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 |