SOLICITATION NOTICE
Z -- Re-establish Rail Service to CFMC (Rockeye)
- Notice Date
- 3/13/2018
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N4008518R1609
- Point of Contact
- Marissa Wagler 8128543972 Marissa Wagler
- E-Mail Address
-
4-3972<br
- Small Business Set-Aside
- Total Small Business
- Description
- RFP #N4008518R1609, REESTABLISH RAIL SERVICE TO CFMC AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING AT THE FOLLOWING WEBSITES: https://www.neco.navy.mil. The official plan holders list will be maintained and can be printed on the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR ™S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Marissa Wagler via e-mail at marissa.wagler@navy.mil. It is the Government ™s intent to utilize the contract resulting from this solicitation to accomplish the reestablishment of rail service to CFMC. The resulting contract will be a design-bid-build firm fixed-price type contract. Work will be performed at the Naval Support Activity (NSA Crane), Crane, Indiana. It is the intention of this solicitation to provide all labor, equipment, tools, supplies, environmental controls, transportation, supervision, quality control, and management necessary to accomplish via firm fixed-price, design-bid-build contract to restore rail service to CFMC and to meet required standards. This includes re-installing the HW045 crossing that was previously removed plus the signaled railroad crossing flashing lights; spot replacement of cross ties and Surface/Alignment/Dress (SAD) of tracks including ballast addition; reworking ten stone road crossings; and straight railing three turnouts, demolition of parts of RR228. Demolition of parts of RR229 and all of RR228A and RR231 so that materials can be used to reconnect sections of RR230 and RR229 to the required buildings, (replacing two sections of RR230 that have been removed near B. 2739, replacing two sections of track into B.2727 that have been removed, replacing one section of track into B. 2728 that was removed); replacing curve worn and torch cut rails; replacing switch ties in and SAD of six turnouts; replacing six road crossings and three building access crossings; and spot replacement of cross ties and Surface/Alignment/Dress of the tracks including ballast additions. Completion date is 365 days post award. Applicable NAICS Code for this solicitation is 237990 Other Heavy and Civil engineering Construction. The Small Business Size Standard is $36,500,000.00. The cost range for this project is between $1,000,000 and $5,000,000. Low price, technically acceptable source selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals. Technical evaluation factors will be identified in the solicitation package and may include but are not limited to past performance, experience, safety, and project specific requirements. This contract is a first time procurement with no historical data available. A sources sought notice (N4008518R1609) for this procurement was posted on 11 January 2018 on NECO and FBO, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to issue this solicitation as a 100% small business set-aside. The NAVFAC Mid-Atlantic small business office concurs with this decision. Approximate release date is 02 April 2018 with proposals due no earlier than 30 calendar days after the actual release date. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5006e713128eeb77445991e7256a6165)
- Place of Performance
- Address: 300 HWY 361
- Zip Code: , Crane, IN
- Zip Code: , Crane, IN
- Record
- SN04852887-W 20180315/180313231547-5006e713128eeb77445991e7256a6165 (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 |