SOURCES SOUGHT
Z -- Maintenance and Repair of Railroad Trackage at Naval Weapon Station Earle, Colts Neck, New Jersey and Other Areas of Responsibility (AOR)
- Notice Date
- 3/30/2018
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008518R9760
- Response Due
- 4/16/2018
- Archive Date
- 5/1/2018
- Point of Contact
- LeeArjetta W. Hamilton
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of businesses. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Large Business, Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A combination Firm-Fixed Price/Indefinite Quantity type, performance-based contract is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment and other items necessary to provide Maintenance and Repair of Railroad Trackage at Naval Weapon Station Earle, Colts Neck, New Jersey and Other Areas of Responsibility (AOR). General Work Requirements: The intent of Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Navy programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment. The Contractor shall perform maintenance and repair for the following: Roads and Paved Surfaces: Rail Road Traffic Control Devices (Gate, Signal); Drainage Systems; Waterfront and Main Station Railroads: Trackage, Switches, Vegetation Control, Ultra Sonic testing, Railroad Right of Way (ROW) Tree Trimming. All Large Business, Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 237990. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size: A maintenance service contract with a yearly value of at least $5M or greater for recurring services. Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size. Scope: Demonstrate the ability to provide maintenance and repair services of railroad trackage, including but not limited to roads and paved surfaces and waterfront and main station railroads, or other as defined by the RFP. Demonstrate the ability to perform various miscellaneous services including, but not limited to vegetation control, debris removal and ditch maintenance, and other services that may be typical of a railroad maintenance contract. Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for repair, alteration, demolition and minor construction at various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a Large Business, Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, Acquisition Attn: LeeArjetta W. Hamilton (Contracts - ACQ3) 9324 Virginia Avenue, Bldg. Z140, 1st Floor, Suite 116 Norfolk, VA 23511 Responses must be received no later than 4:00 PM Eastern Standard Time on April 16, 2018. Electronic submission will be accepted. Questions regarding this sources sought notice may be addressed to LeeArjetta W. Hamilton at the above address and email at leearjetta.hamilton@navy.mil, or via telephone at (757) 341-1971.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R9760/listing.html)
- Place of Performance
- Address: NAVFAC Mid-Atlantic PWD Earle 201 Highway South,, Colts Neck, NJ
- Zip Code: 07722
- Zip Code: 07722
- Record
- SN04873667-W 20180401/180330231052-40c5a6fe317a0d5f3680016e05abc73b (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 |