Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
DOCUMENT

Z -- Railroad Maintenance and Repair Services - Attachment

Notice Date
6/6/2011
 
Notice Type
Attachment
 
NAICS
488210 — Support Activities for Rail Transportation
 
Contracting Office
N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
 
Solicitation Number
N4425511R4001
 
Response Due
7/12/2011
 
Archive Date
8/12/2011
 
Point of Contact
Shannon Meland
 
E-Mail Address
:
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified sources prior to issuing an RFP. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities, http://www.fbo.gov/, and NECO, https://www.neco.navy.mil/. There is no bid package or solicitation at this time. No appointments for presentations will be made. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. Since this is a sources sought announcement no debriefs, evaluation letters, and/or results will be issued to the participants. The Government is seeking qualified sources relative to NAICS classification 488210, Support Activities for Rail Transportation. The applicable small business size standard is $7.0 M, average annual gross receipts for the preceding three fiscal years. For more information refer to http://www.sba.gov/. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis. The general scope of work of this requirement is a Firm-Fixed Priced work for maintenance and repair services of 48 miles of railroad. This track, which is owned by the Navy and currently operated by Puget Sound and Pacific Railroad, is located in Washington and extends from Shelton to Naval Base Kitsap Bremerton and Bangor. The railroad shall be maintained to Federal Railway Administration (FRA) Class 2 standards in accordance with the current version of Code of Federal Regulations (CFR) Title 49, Part 213, US Department of Transportation (DOT), Federal Railway Administration, Office of Safety, Publication Track Safety Standards; CFR Title 49, Part 214, Railroad Workplace Safety; and with the current version of CFR Title 48, Part 237, Bridge Safety Standards. Maintenance and repair includes, but is not limited to: (1) Tightening and replacing bolts and fastenings (2) Replacing of worn rails, ties, and other track material (3) Raising low joints (4) Tamping the track to line and surface (5) Keeping curves true and with their proper superelevation (6) Lubricating and repairing switches and frogs (7) Cleaning and dressing ballast (8) Painting and repairing bridges (9) Cleaning ditches and culverts (10) Brush cutting and weed control (11) Inspecting and policing the line (12) Maintaining and replacing mile posts, whistle posts, culvert markers and other signs (13) Maintaining of on-grade crossings (14) Maintaining of crossing signals and equipment (15) Maintaining track cleanliness, pick up and remove accumulated trash (16) Removing downed trees and brush following storm events (17) Maintaining siding and receiving yards to FRA Class 2 minimum standards (18) Inspections of work performed in compliance with FRA, prior to rail operations Other items for consideration include but are not limited to: regular, weekly inspections; Federal Railroad Administration (FRA), Washington Utilities and Transportation Commission (WUTC), and Navy personnel accompanied inspections; and inspections utilizing flaw detection equipment. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under the separate file titled Sources Sought Information Form. Total pages limited to fifteen (15) single sided 8 x 11 pages for the Sources Sought Information form response and two (2) single sided 8 x 11 pages for a cover letter. (1) Name of the Firm, address and point of contact information. (2) Identify the size of your company (i.e. SBA certified 8(a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, Small Business concern, and/or a large business.) For more information on the definition or requirements for these, refer to http://www.sba.gov/. (3) Bonding capacity: Provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. (4) Submit a maximum of 5 projects describing the following experience: Describe the government or commercial contracts/projects your firm has completed showing your experience maintaining and repairing railroads. For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. (5) Additional comments and information such as: a. Important considerations to be made when maintaining or repairing a railroad. b. Necessary regulations, not already mentioned above. c. Technologies and methods used when maintaining or repairing a railroad. d. Any other helpful and beneficial information, comments and suggestions which will help improve this planned acquisition. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Please respond to this sources sought announcement by 2:00 p.m. (Pacific Time) Tuesday, July 12th, 2011 via e-mail to Shannon Meland, Contract Specialist, NAVFAC NW, e-mail: shannon.meland@navy.mil, phone: (360)396-5966.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425511R4001/listing.html)
 
Document(s)
Attachment
 
File Name: N4425511R4001_N44255-11-R-4001_Information_Form.doc (https://www.neco.navy.mil/synopsis_file/N4425511R4001_N44255-11-R-4001_Information_Form.doc)
Link: https://www.neco.navy.mil/synopsis_file/N4425511R4001_N44255-11-R-4001_Information_Form.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Base Kitsap Bremerton/Bangor, Bremerton, WA
Zip Code: 98337
 
Record
SN02464740-W 20110608/110606234404-ea4eff9503a07516f575c086c990d722 (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.