Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2017 FBO #5719
MODIFICATION

Z -- RAILROAD BRIDGES 4 & 5 REHABILITATION, FORT EUSTIS, VA - Railroad drawings and specs

Notice Date
7/19/2017
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-17-B-0013
 
Archive Date
8/16/2017
 
Point of Contact
Joy M. Wright,
 
E-Mail Address
joy.m.wright@usace.army.mil
(joy.m.wright@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
railroad drawings Railroad specs This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice. All interested firms should respond to this notice. The U.S. Army Corps of Engineers (USACE) Norfolk District (NAO) is seeking a business capable of constructing railroad improvements from station 339+78 to station 357+35 along the training rail line parallel to Harrison road on JBLE Eustis, Fort Eustis, Virginia. This project is needed in order to restore safe usage of the Fort Eustis railroad network by all trains servicing Training Areas 15, 17A, 17B, 17C, and 19 along the east side of Harrison Road. The 7th Transportation Brigade (Expeditionary) utilizes the Fort Eustis Railroad system. The 7th Transportation Brigade employs large causeway sections that are stored in TA 15, and must be transported via rail to the main railhead for use in unit training, deployments and contingency operations Description of work: Repair/Replacement of approximately 1760 feet of railroad between two stations include the repair of bridges. This section of rail crosses two areas of tidal wetlands that are traversed by two existing timber trestles. The project will require repair by replacement of the two existing trestles and alignment and replacement or reinstallation of approximately 1760 feet of existing rails. Existing abutments will require modification to coordinate with trestle work. Bridge 4 is 10' wide and 500' long and is approximately 8-9 feet above the existing grade, with a 0% slope. Bridge 5 is 10' wide and 420' long and ranges from 8 to 18 feet above the existing grade, with a slope of 1.38%, as depicted in the profiles of the design drawings. Existing trestles will be removed and new trestles constructed within the same footprint. Newly constructed trestles will have a cooper rating of E-60 and an unfactored design load of 260 kips (see attached specifications and drawings). Access to the wetlands will be restricted. All work will be performed from one lane and shoulder of the road parallel to the line (Harrison Road), or from the top of the existing or new pile bents. The Final Environmental Impact Analysis Process Document FOMPA and supporting AF 813 form have been completed and approved for this project. THIS PROJECT IS PLANNING FOR SEALED BID WITH DEFINITIVE RESPONSIBILITY CRITERIA. Definitive Responsibility Criteria (DRC) are specific and objective standards established by an agency as a precondition to award which are designed to measure a prospective contractor's ability to perform the contract. In order to be found responsible, the apparent low bidder must demonstrate past experience on all of the following two (2) REQUIRED components. 1. RAIL REPLACEMENT: Bidders must be able to demonstrate experience with at least one project that include rail replacement requirements that was completed within five years of the solicitation date or currently under construction but at least 50% complete by the solicitation date. 2. WORKER SAFETY REQUIREMENTS: Bidders must be able to demonstrate that all workers on site will meet all of the following worker three (3) safety requirements: Rail Construction Safety Requirements - 49 CFR Part 243; Bridge Worker Safety Requirements - 49 CFR Part 237; and Roadway Worker Protection Requirements - 49 CFR Part 214. If a subcontractor is used to complete a work component, that subcontractor must demonstrate his past experience in that work component. Bidders are not required to submit additional documentation related to this criterion at the time of bid. The Government will request supporting documentation from the bidder anticipated to receive the award, prior to award. Bidders will be evaluated on conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. The contract duration is approximately 1 year. The magnitude of construction is $5,000,000.00 to $10,000,000.00. The NAICS code applicable to this requirement is 237990, with a small business size standard of $36.5 million. REQUESTED INFORMATION: Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts: Interested contractors shall submit the following: 1. Company name, address, phone number and point-of-contact. 2. Please submit your cage code and DUNS number. Contractors responding to this sources sought are not required to be a small business. Specify if your business status qualifies as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of contract award. Please see https://www.sam.gov/portal/public/SAM. 3. Provide a write up to illustrate how your firm will meet the DRC requirements. Provide at least one (1) example of projects similar size/scope described in the project description above, within the past 5 (5) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of railroad repair. In addition, please provide recommendation on what would be a reasonable time (number of years of experience) to assess experience qualification. If your firm has rail replacement experience but not equivalent to the DRC above, please provide information as to the required level of experience. 4. If large business is submitting, please provide a statement with an estimate on how much the total contract value (percentage) should be set aside for small business and type of work to be performed. 6. Firm's Bonding Capability (construction bonding level per contract expressed in dollars) via letter from bonding company. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Federal Business Opportunities website at http://www.fbo.gov on/about August 15, 2017. The bid due date shall be at least 30 days after the IFB is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. This Sources Sought announcement is not a request for competitive proposals. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE is not seeking or accepting unsolicited proposals, and USACE will not accept telephone inquiries. All questions and correspondence shall be directed via email to Joy Wright at joy.m.wright@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. Submit response via email to joy.m.wright@usace.army.mil with copy furnished to marc.h.nguyen@usace.army.mil with the subject including the Source Sought No. W91236-17-B-0013. Capability package must be submitted no later than on or before 2:00 PM EST, Tuesday, August 1, 2017. Limit capability briefing package to 12 pages. OURCES SOUGHT NOTICE FOR SOLICITATION W91236-17-B-0013 FOR RAILROAD BRIDGES 4 & 5 REHABILITATION, FORT EUSTIS, VA The U.S. Army Corps of Engineers (USACE) Norfolk, VA District is seeking a business capable of constructing two new timber trestle railroad bridges and associated abutments to replace existing bridges 4 & 5 and demolition and removal of existing bridges. Bridge lengths: Bridge 4 10'x500'/ Bridge 5 10'x420' at Fort Eustis, VA New bridges will have a Cooper Rating of E-60 and an unfactored design load of 260 kips. The existing bridges are to be removed and the new bridges constructed within the same footprint. The estimated annual price range is between $5,000,000 and $10,000,000. All Small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The appropriate NAICS Code is 237990 with a $33.5M size standard. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified. At a minimum include: (1) how your company is uniquely capable and qualified to handle tasks associated with this sources sought; (2) summarize your past performance on projects completed which included work identified above. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). Your capabilities statement must be submitted electronically to Joy Wright, Contract Specialist, U.S. Army Corps of Engineering- Military Branch NLT 01 August 2017 at 2:00PM. Joy.M.Wright@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-17-B-0013/listing.html)
 
Record
SN04585509-W 20170721/170719234549-01dcf5515b15c82aad3256f1604f6ac6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.