Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOURCES SOUGHT

Y -- Railroad Repairs, Various Locations, MCLB, Albany, Ga

Notice Date
8/26/2005
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-05-R-0147
 
Response Due
7/22/2005
 
Archive Date
10/12/2005
 
Description
THIS IS A Sources Sought NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N62467-05-R-0147. Southern Division, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with priority on HubZone small business firms-first priority, Service Disabled Veteran Owned Small Business-second priority, and 8a firms-third priority, to participate in a solicitation for Railroad Repairs, Various Locations, MCLB, Albany, Ga. The NAICS Code for the proposed acquisition is 237990, Other Heavy and Civil Engineering Construction, and the small business size standard is $28.5 Mil. The Federal Supply Code is Y299, Construction all other non-building facilities. The project involves railroad repairs of the follow type: replace grade ties; replace all switch ties; ballast and pull track; and grade crossing replacement. Under FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive HubZone Small Business, Service Disabled Veteran Owned, 8a firms, or Unrestricted. Proposals will be evaluated using source selection procedures that will result in award of a firm-fixed price contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. The competitive field will be required to submit technical and price proposals for the project. The estimated cost of this acquisition is between $990,000 and $1,100,000. Completion of the construction repairs will have a maximum duration of 365 days. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years of similar railroad work within the same dollar value magnitude of this notice adjusted for inflation. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Provide recent and relevant construction experience with federal government work within the last 3 calendar years, for projects of similar size, scope, and complexity. 2. Provide recent and relevant construction experience work within the last 3 calendar years, for projects of similar size, scope, and complexity. 3. Include proof of bonding capacity. 4. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company?s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be not construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among HubZone, Service Disabled Veteran, 8a firms, or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to DARRALL LAFAYETTE AT DARRALL.LAFAYETTE@NAVY.MIL OR MAILED TO SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING COMMAND, ATTN: DARRALL LAFAYETTE, CODE OPT2ACQDL, P.O. BOX 19000, 2155 EAGLE DRIVE, N. CHARLESTON, SC 29419-9010. RESPONSES MUST BE RECEIVED NO LATER THAN JULY 22, 2005 BY 3 PM, EST.
 
Place of Performance
Address: Various Locations, MCLB, Albany, GA
 
Record
SN00880876-W 20050828/050826213124 (fbodaily.com)
 
Source
FedBizOpps.gov 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.