Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
MODIFICATION

Y -- FY08 Railroad Upgrade, Fort Lewis, Washington

Notice Date
3/10/2008
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-08-R-0024
 
Response Due
4/15/2008
 
Archive Date
6/14/2008
 
Point of Contact
Dawn R Hickman, 206-764-6575
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle
(dawn.hickman@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Modification 2: Response date changed and solicitation will be issued on or after 14 Mar 2008. Please contact Dawn Hickman at Dawn.R.Hickman@nws02.usace.army.mil or 206-764-6575 for any questions regarding this project. The Seattle Distri ct Corps of Engineers has a competitive requirement for construction services on a project titled, FY08 Railroad Upgrade, Fort Lewis, Washington. The project consists of constructing a facility that provides the following: 1) Expansion o f the Interchange (IC) Yard in the Logistics Center, both widening and lengthening. The design removes a total of 4 existing tracks on the south side and adds 3 new tracks on both the north and south sides of the main lines, for a total of 6 new l ines, presently serving Ft. Lewis. Total additional track in the IC Yard area amounts to approximately 10,200 linear feet of track, ties and ballast as well as associated crossovers, highway grade crossing and all site work associated with the expansion of the IC Yard. A gravel maintenance road is to be provided on both he north and south sides of the IC Yard. New exterior lighting and fencing will be provided on the most of the perimeter of the new yard. 2) To accommoda te expansion of the IC yard, East Lincoln Road and its rail crossing must be diverted and extended around the new yard. A sweeping S-curve alignment will be replicated approximately 1,200 feet east of the existing location. The new road will in clude two 12-foot pavement sections and 4-foot gravel shoulders. Normal pavement markings and signage are included, but only crossbuck signs at the rail crossing will be provided, without additional signalization. 3) Construction of a new Locomotive Maintenance Facility (LMF) of approximately 5,800 square feet. (Demolition of the existing LMF will be accomplished under separate contract.) The new enclosed facility will provide maintenance and storage space for three locom otives along with a small office/breakroom space. Approximately 800 linear feet of track, ties and ballast along with turnouts are associated with the new entrance to the LMF from the IC lead tracks. Track design follows the basic BNSF de sign of 12-foot shoulders, walkway ballast and drainage ditches on either side. The rail design also incorporates a 2-panel at-grade crossing on the east side of the building. Shop equipment includes a 7.5-ton bridge crane, storage and pumps for lubricants and glycol, an air compressor, welding equipment, storage shelves, and a small exterior hazardous materials storage building for lubricants and glycol. The LMF will house the following spaces: a small office area, tool/janitor a rea, bathroom with shower, electrical and communications closets, the shop area (4900 sq. ft.) with a below-ground-surface maintenance pit for one locomotive space and several large overhead coiling doors. The concrete slab is reinforced in the sh op area for jacking a 120-ton locomotive. The mechanical design incorporates high-intensity infrared heaters for the shop area and a split system, air-source heat pump for the small office/break room. Fans and louvers provide summer venti lation and incorporate sensors and controls to exhaust fumes generated during short-duration operation of locomotives. Roof is standing-seam metal, siding is metal with low-wall brick veneer. Windows utilize laminated glass. Building wil l be sprinklered with a wet-pipe system. Construction means, methods and materials will result in a LEED-NC rating of silver on the LMF building. 4) Utility runs to the LMF include domestic and fire water supply, electrical power, copper and fiber optic communication lines and stormwater management facilities. Electrical service includes relocation of overhead to underground service a distance of approximately 2400 feet, including some additional manholes and concrete-encased raceway under roadways, connecting to a 225 kVA transformer outside the LMF, pad mounted on a concrete vault. Some steel casing of lines beneath r ailroad track is required. Sanitary Sewer service includes provision of a duplex grinder pump station and 2,240 feet of 1?-inch forced main and approximately 120-feet of 4-inch gravity main. Water service will be provided by extension of an 8-inc h ductile iron main approximately 1,175 feet to the LMF site. Stormwater facilities include a bioinfiltration facility receiving sheet flow and piped roof drainage. Grade requirements may force importation of as much as 89,000 yards of su itable fill. Unsuitable soils removal could amount to approximately 42,000 yards, emanating from approximately 1? feet of unsuitable material removal from the top of previously undeveloped areas. The estimated construction cost range is $10 ,000,000-25,000,000 and the performance period is estimated at 365 calendar days. The NAICS code for this project is 237990. The solicitation will be a unrestricted competitive request for proposal utilizing the Lowest Price Technically Acceptabl e source selection process resulting in award of one fixed-price contract in accordance with Federal Acquisition Regulation (FAR) Part 15. This first phase of the solicitation will be issued in electronic format only on FedTeDS at h ttp://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912DW-08-R-0024 on or about 14 Mar 2008. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website. To get automatic notifications of updates to this solicitation, you MUST click the Register to Receive Notifications button in the listing for this solicitation on FedBizOpps and fill in your email address.? If you want to list your firm so others can see you are an interested vendor, you must click the Register as Interested Vendor button in the listing for this solicitation on FedBizOpps and fill in your information; you can show Prime/Sub/Supplier in one of the address or POC lines.? Project is open to both large and small business. If you are a large business and your bid or proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small business (SB), historically underutilized business zone (HUBZone), small disadvantaged business (SDB), <BR >woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) concerns. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $31 million. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=16 5 and also see the FedBizOpps postings at http://www2.fbo.gov/spg/USA/COE/DACA67/postdateToday_1.html.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01528458-W 20080312/080310224701 (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.