Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2022 SAM #7588
SOURCES SOUGHT

Z -- LEMC Repair RR North

Notice Date
9/7/2022 12:17:31 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
PANNAD22P0000006127
 
Response Due
9/23/2022 9:00:00 AM
 
Point of Contact
Carrie Lowber, Phone: 4109626749, Brooke Patterson, Phone: 3473704602
 
E-Mail Address
carrie.a.lowber@usace.army.mil, brooke.l.patterson@usace.army.mil
(carrie.a.lowber@usace.army.mil, brooke.l.patterson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
TITLE: LETTERKENNY MUNITIONS CENTER (LEMC) REPAIR�RAILROAD NORTH SOLICITATION NO. W912DR-22-B-0021 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential LETTERKENNY MUNITIONS CENTER (LEMC) REPAIR RAILROAD NORTH project in CHAMBERSBURG, PA. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision will depend upon the capabilities of the responses to this notice. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award a Railroad repair project for LEMC in Chambersburg, PA. The proposed project will be a competitive, firm-fixed-price, contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB). The project consists of but is not limited to the repair, construction, and installation of the following: Repair (by replacement) 3.4 miles of North Line rail network located in the LLEMC�s ammunition storage area from 80-lb to 115-lb rail. The 80-lb. rail which was originally installed in 1942 with some portions of the rail having manufacturing dates of the late 1890s. Project Assumptions: The Contractor is required to supply all labor, materials, equipment, and transportation to complete the construction per the Government furnished plans and specifications. Contract Deliverable: Complete construction project per the Government furnished plans and specifications. Timeline: Construction duration will be approximately 12 months. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. In accordance with FAR 36.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $1,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 237990 � �Other Heavy and Civil Engineering Construction�, which has a small business size standard of $39,500,000.� Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Responders should address ALL of the following in their submittal: Prior Government contract work is not required for submitting a response to this source sought notice. The following criteria must be considered to ensure the ability to perform the proposed work: 1. Submit capability statements that include information and details of a minimum of two (2) projects with similar scope of work and magnitude of construction within the past seven (7) years.� 2. Responders must have experience in the areas listed below and provide narratives identifying that specific experience.�Narratives shall be no longer than ten (10) pages. Double sided pages will count as two (2) separate pages. a. Experience in removal and repair of railways in the State of Pennsylvania. b. Must have means of procuring railway materials that meet applicable code.� c. Experience with projects involving railroad grading, drainage, and track construction. d. The contractor is required to demonstrate understanding and follow all the provisions included in 49 CFR 214 � Roadway Worker Protection, 49 CFR 243 � Training, Qualification, and Oversight for Safety Related Railroad Employees, and 49 CFR 213 � Track Safety Standards. In addition, the contractor should possess experience working on Federally funded projects with awareness of reporting and compliance requirements. 3. Provide a letter from the surety regarding the maximum bonding capability for a single contract action and total aggregate bonding capacity. 4. Provide feedback on whether any Buy American Act Waivers would be anticipated for the materials associated with this construction contract, for example railroad turnouts. 5. Responses must include the Offeror�s Name, Company address, CAGE Code/UEI Code, POC Phone number, POC email, and SAM information. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this source sought notice is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern 23 SEP 2022. All responses under this Sources Sought Notice must be emailed to carrie.a.lowber@usace.army.mil and Brooke.L.Patterson@usace.army.mil referencing the sources sought notice number W912DR22B0021. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a09d0d3722604453965d706cf4ca7c3f/view)
 
Place of Performance
Address: Chambersburg, PA 17201, USA
Zip Code: 17201
Country: USA
 
Record
SN06456513-F 20220909/220907230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.