Maine Bids > Bid Detail

Maintenance and Repair of Railroad Trackage at Portsmouth Naval Shipyard, Kittery, Maine

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159531895473239
Posted Date: Jan 31, 2023
Due Date: Feb 13, 2023
Solicitation No: N4008523R2525
Source: https://sam.gov/opp/77ed5be4e6...
Follow
Maintenance and Repair of Railroad Trackage at Portsmouth Naval Shipyard, Kittery, Maine
Active
Contract Opportunity
Notice ID
N4008523R2525
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 31, 2023 03:01 pm EST
  • Original Response Date: Feb 13, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1LB - MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Kittery , ME
    USA
Description

This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support/Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to perform Maintenance and Repair of Railroad Trackage at Portsmouth Naval Shipyard, Kittery, Maine.



General work Requirements:

The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to perform Maintenance and Repair of Railroad Trackage at Portsmouth Naval Shipyard, Kittery, Maine.



The work includes:



Facility Investment Services





The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following:





Trackage – Railroad and Crane, Preventative Maintenance – Frog and Switch Components, Rail Flange Way Cleaning, Ultrasonic Testing of Railroad and Crane Rails, Routine, Urgent and Emergency Service Orders.





The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Prices Technically Acceptable (LPTA) Method.





In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will award to the Lowest Priced Technically Acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals.





The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror’s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 – Technical Approach/Management, Factor 2 – Corporate Experience, Factor 3 – Safety and Factor 4 – Past Performance.





NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall.





Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation.



Size: Maintenance and Repair of Railroad Tracakge Service Contract with a yearly value of at least $200,000.00 for recurring services. Non-recurring values for infrequent work will not be considered similar in size. If an Offeror intends to submit work completed issued off an Indefinite Quantity/Indefinite Delivery (IDIQ) contract as a qualifying Project, the Offeror is limited to submitting the IDIQ contract itself. The board will not consider or evaluate any task orders whether submitted individually or collectively.





Scope: Offer must have provided all labor, management, supervision, tools, materials, equipment to provide maintenance and repair services of railroad trackage services: Railroad and Crane, Preventative Maintenance – Frog and Switch Components, Rail Flange Way Cleaning, Ultrasonic Testing of Railroad and Crane Rails, Routine, Urgent and Emergency Service Orders and other services as defined in the RFP.





Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or and supporting annexes.





Offers shall be submitted for the performance of work for a period of one year. However, the



initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with 4 one-year option periods, which, cumulatively, will



not exceed sixty months.





The proposed procurement will be issued as a NAVFACSYSCOM Mid-Atlantic Electronic Facilities Support contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is NAICS Code is 237990, size standard $39.5 million.

The proposed procurement will be solicited as a Total Small Business Set-Aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.GOV website on or about 21 February 2023. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Quin Conerly-Anderson (quin.s.conerly-anderson.civ@us.navy.mil) 10 days prior to the RFP due date.

The SAM site address is https://sam.gov/. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the SAM.GOV website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.





All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/.




Attachments/Links
Attachments
Document File Size Access Updated Date
N4008523R2525 Pre Solicitation.pdf (opens in new window)
389 KB
Public
Jan 31, 2023
file uploads

Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 31, 2023 03:01 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >