THIS IS A COMBINED SOURCES SOUGHT/SYNOPSIS NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL
This notice is posted in accordance with FAR 5.2
The work includes providing all labor, materials, equipment, transportation and supervision required for repairing the railroad system and crane trackage at Joint Base Charleston – Weapons Station, Charleston, SC. Ancillary work in the form of earthwork, excavation and fill, asphalt milling and removal, asphalt placement, concrete removal, concrete placement, storm drainage, pavement striping, hydroseeding, erosion control and traffic control is also included.
Some Delivery Orders may be designated as Emergency Work and require a 4-hour response time. As such, contractor shall have an Emergency Response Team in-place at Joint Base Charleston, Charleston, SC to evaluate the emergency situation and required repairs. Civil Engineer Squadron, Operations Flight personnel shall be included in accessing repairs and requirements for certification. Once the work on the damage begins, work shall continue until the job is complete.
SPECIAL REQUIREMENTS/CONCERNS:
The government anticipates award of a firm-fixed-price indefinite delivery/indefinite quantity (IDIQ) type contract for construction efforts. Capabilities are sought from Interested small businesses, 8(a) participants, HUBZone small business concerns, service-disabled veteran-owned small business (SDVOSB) concerns eligible under the SDVOSB program, economically disadvantaged women-owned small business (EDWOSB) concerns, and women-owned small business(WOSB) concerns eligible under the WOSB Program for the purposes of determining if this requirement can be set aside.
The estimated magnitude for this requirement is more than $10,000,000 over a maximum period of five years and six months (Base year, plus four (4) option years, plus six (6) month extension). Work to be performed will be within the North American Industry Classification System (NAICS) code 237990 – Other Heavy and Civil Engineering Construction/Railroad Construction with a Size Standard of $39.5M.
NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS
Firms responding should indicate their size in relation to this size standard, and indicate their status (8(a) participants, HUBZone small business concerns, service-disabled veteran-owned small business (SDVOSB) concerns eligible under the SDVOSB program, economically disadvantaged women-owned small business (EDWOSB) concerns, and women-owned small business (WOSB). If a response from two or more qualified firms is received for any of the SB categories, this requirement may be set aside. Should an insufficient number of responses be received in any category, the requirement may be issued as unrestricted. Interested 8(a), small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWSB, or WOSB concerns should indicate interest to the Contracting Officer, in writing, as early as possible but no later than 28 Mar 2025, 3:00pm EST.
NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees.
Firms responding should indicate their size in relation to this size standard, and indicate their 8(a) socio-economic status, if applicable. If a response from two or more qualified firms is received for any of the SB categories, this requirement may be set aside. Should an insufficient number of responses be received in the small business categories, the requirement may be issued as unrestricted.
NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees.
All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contract listed below by 7 Apr 2025, 4:00pm EST
AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED
(a) Indicate which set-aside you qualify for under the applicable NAICS Code (small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWSB, or WOSB)
(b) A positive statement of your intention to bid on this contract as a prime contractor
(c) Provide UEI Number and Cage Code
(d) Evidence of recent (within the last 5 years) experience in work similar in type and scope to include:
1. Contract number
2. Project Title
3. Dollar amounts
4. Project completion dates
5. Percent and description of work self-performed
6. Customer points of contact with current telephone numbers
(e) Evidence of bonding capability of a minimum $1,000,000
All the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from 8(a), SDVOSB, HUBZone, EDWOSB, WOSB, or SB concerns, the solicitation may be issued as unrestricted without futher notice. The successful contractors will be selected using tradeoff procedures resulting in the best value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror.
NOTES:
(1) A solicitation, SOW, and drawings will be available on or about 14 Apr 2025. at www.sam.gov website
(2) Hard copies of the solicitation will not be provided, however, you may download and print the file from the website
(3) There is no fee for sources sought
(4) A registration page is located on the sam.gov website. You are not required to register, however if registered you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have registered, it will be your responsibility to check the website for any changes to the solicitation.
(5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor.
(6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months.
(7) All prospective contractors must be registered in the System for Award Management (SAM) system, to be eligible for an award.