SOURCES SOUGHT
J -- Railroad Inspection, Maintenance and Repair - Package #1
- Notice Date
- 5/25/2016
- Notice Type
- Sources Sought
- NAICS
- 488210
— Support Activities for Rail Transportation
- Contracting Office
- Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA4800-16-T-0012
- Archive Date
- 6/23/2016
- Point of Contact
- Harriet Reynolds, Phone: 7577641078, Alicia Kelly-Eslinger, Phone: 7577641115
- E-Mail Address
-
harriet.reynolds@us.af.mil, alicia.kelly@us.af.mil
(harriet.reynolds@us.af.mil, alicia.kelly@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement (PWS) Sources Sought Questionnaire THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This is a Sources Sought announcement seeking Small Business responses in order to determine possible Small Business participation in the anticipated acquisition. The 633d Contracting Squadron (633 CONS) intends to obtain non-personal services for Railroad Inspection, Maintenance and Repair located at Joint Base Langley-Eustis (JBLE), Fort Eustis, Virginia. The applicable North American Industry Classification System (NAICS) for this requirement is NAICS 488210, Support Activities for Rail Transportation, with a corresponding size standard of $15M. Interested parties must be registered under NAICS 488210 in SAM (System for Award Management) at www.sam.gov, formerly known as CCR (Central Contractor Registration). The Government plans to consider all information submitted in response to this Sources Sought Notice. The Contractor shall provide all management, tools, supplies, equipment, labor and other items necessary to perform railroad inspection, preventive maintenance, vegetation control, and produce inspection reports as defined within this Performance Work Statement. Work to be execute in this contract are: Track rehabilitation projects, vegetation control, inspection and maintenance of electric/electromechanical grade crossing signals, and cleaning track flange way at railroad crossings. The work shall be in accordance with in accordance with Unified Facilities Criteria (UFC) 4-860-03 and shall be intended to maintain the railroad in a safe and reliable operating condition. The Contractor shall prepare and maintain a current preventive maintenance schedule that includes the annual rail inspection for all railroad components. The Contractor shall submit the preventative maintenance schedule to the Contract Officer Representative (COR) within 30 days after the contract performance period start and shall keep it current in accordance with (IAW) specifications in the UFC. Upon completion of maintenance and inspections, the Contractor shall provide an inspection report. SEE ATTACHED DRAFT PWS AND ATTACHMENTS FOR MORE DETAILED DESCRIPTION OF REQUIREMENT. Performance will consist of one (1) Base Year, and four (4) one-year options. The Government anticipates making award in October 2016. The Request for Quote (RFQ) release date is to be determined. Please note: It is the responsibility of the interested parties to monitor the Federal Business Opportunity website at www.fbo.gov for all subsequent postings. A draft Performance Work Statement (PWS) is posted in conjunction with this notice to provide the size, scope, and complexity of this requirement. The incumbent contract for Railroad Inspection, Maintenance and Repair was awarded under as a 100% Small Business Set-Aside. The Government is seeking industry input to determine if there are adequate Small Business concerns, to include Joint Ventures, that are capable of performing the follow-on requirement. This is not a formal Request for Quotes (RFQ), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. All interested parties should submit a capabilities package (limited to no more than 10 pages total) outlining your company's key business abilities relevant to the performance of this requirement and addressing the questions found in Attachment 1. Please submit the requested information electronically to this office NLT the closing date and time (8 June 2016, 4:00 p.m. Eastern Time) to Ms. Harriet Reynolds, harriet.reynold.us.af.mil and Alicia Kelly, alicia.kelly@us.af.mil. The internet and e-mail shall be used as the primary means of disseminating and exchanging all information. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation acknowledging receipt of information submitted. If you have difficulty emailing your response and/or confirmation of receipt is not received, then you are encouraged to contact Harriet Reynolds at (757) 764-1078. Your response shall include the following information: Size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.). IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-16-T-0012/listing.html)
- Place of Performance
- Address: 1407 Washington Blvd, Fort Eustis, Virginia, 23604, United States
- Zip Code: 23604
- Zip Code: 23604
- Record
- SN04128390-W 20160527/160525234402-631b69f74377f886025c3ab464c9245d (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 |