Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOURCES SOUGHT

H -- Rail Road Inspection and Service

Notice Date
4/17/2007
 
Notice Type
Sources Sought
 
NAICS
336510 — Railroad Rolling Stock Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-07-Q-A182
 
Response Due
5/1/2007
 
Archive Date
5/16/2007
 
Description
Type of Notification: Sources Sought. This is a sources sought synopsis only. Requests for a solicitation will not receive a response. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) number of employees as defined by the Federal Acquisition Regulation (FAR) part 19.101 and (e) the amount of annual receipts as defined by the Federal Acquisition Regulation (FAR) part 19. In addition, the respondent must provide a capability statement that addresses the organizations qualifications and ability to perform as a prime contractor for the work described below. Description: Non-Personal Services (Rail Road Inspection and Repair Service)the following is a brief summary of the primary duties that the Road Inspection and Repair Service must perform. This list is not all inclusive, The Contractor shall provide all labor, tools, materials, equipment, personnel and all other services required to provide routine and emergency inspection/repair service to the railroad spur from Cane Savannah switch to the end of the switchyard at building 200, Shaw AFB. The railroad spur measures approximately 5.1 miles and consists of five (5) electric crossing signals, nine (9) switches and eight (8) paved and eight (8) unpaved crossings.Qualifications: Inspection and Repair shall be performed by an experienced railroad construction contractor in accordance with the most current American Railway Engineering Standards (AREA) as well as Air Force Manual (AFM) 88-7 and state and federal standards. Track inspector?s shall be Federal Railroad Administration (FRA) certified or be registered as a certified track inspector by the US Army. The contractor shall submit a resume of experience and track inspector certification. Performance: Routine inspections shall be completed monthly with approximately four (4) weeks between inspections. The contractor shall contact Civil Engineer (CE) Service Contracts at (803) 895-9716 twenty four (24) hours before commencement of routine inspection/repair. All work shall be accomplished during the hours of 7:30 A.M. and 4:30 P.M. excluding emergencies and government holidays. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this sources sought synopsis request. The Government will in no way be obligated to purchase all or part of the items described above, and is providing this information as ?general? information only. The Government will in no way be bound to this information if any solicitation is issued. Once the Government determines the type of contractor eligibility that will be solicited for this requirement, a solicitation will be presented to qualified offerors requesting a complete proposal be submitted for evaluation based on technically acceptable. The participation of 8(a), Hub Zone, Small Service Disabled Veteran Owned, Women Owned, and Disadvantaged Small Businesses are highly encouraged to participate if technically capable. The North American Classification System (NAICS) code for this acquisition is 336510 (1000 Employees). Any response to this notice expressing interest in being considered for competition for the proposed mail address, Brief Description of the Company/ Capabilities, Business Size, DUNS number, Cage Code, and Tax ID Number. Notice to Potential Offerors: All Offerors who provide goods or services to the Department of Defense (DOD) must be registered in Central Contractor Registration (CCR), must have completed their business Online Representations and Certifications Application (ORCA), and be able to electronically submit invoices/receiving reports through the Wide Area Work Flow system. All interested offertory should submit information by mail or fax (803-895-6019) to 20 CONS/ LGCAA, Attn: SSgt Terry Agena, 305 Blue Jay St, Shaw AFB SC 29152, by 12 pm (EST) on 01 May 2007.
 
Place of Performance
Address: Cane Savannah Shaw AFB, South Carolina
Zip Code: 29152
Country: UNITED STATES
 
Record
SN01274893-W 20070419/070417220521 (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  © 1994-2020, Loren Data Corp.