Composite Railroad Ties
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Mar 29, 2022 03:47 pm PDT
- Original Published Date: Mar 08, 2022 02:13 pm PST
- Updated Date Offers Due: Apr 07, 2022 12:00 pm PDT
- Original Date Offers Due: Apr 07, 2022 12:00 pm PDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Apr 22, 2022
- Original Inactive Date: Apr 22, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5510 - LUMBER AND RELATED BASIC WOOD MATERIALS
- NAICS Code:
- 326199 - All Other Plastics Product Manufacturing
- Place of Performance: Herlong , CA 96113USA
Description
3/29 Questions and Answers Updated.
The Government requests quotes for, and intends to purchase: Composite Railroad Ties 885 EA and 4 options of 510 EA. This procurement is a Small Business Set Aside. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All responses shall be provided via email submission of responses shall not be accepted unless it is determined to be in the best interest of the Government.
Minimum Requirements:
CLIN 0001 Composite Railroad Ties 885 EA
Recycled Composite Material Block equivalent with dimensions of 7 inch x 9 inch x 9 foot for the intended use of elevating 20ft and 40ft ISO containers from the ground. Minimum load rate capacity requirements needed is 26,500lbs per each, roughly 2-3 blocks or equivalent per container. All bundles of ties shall be secured with 1.25” steel banding. Nylon banding is not sufficient to hold bundles securely. Shipping by Railcar is authorized.
CLIN 0002 Option Composite Railroad Ties 510 EA
Recycled Composite Material Block equivalent with dimensions of 7 inch x 9 inch x 9 foot for the intended use of elevating 20ft and 40ft ISO containers from the ground. Minimum load rate capacity requirements needed is 26,500lbs per each, roughly 2-3 blocks or equivalent per container. All bundles of ties shall be secured with 1.25” steel banding. Nylon banding is not sufficient to hold bundles securely. Shipping by Railcar is authorized.
CLIN 0003 Option Composite Railroad Ties 510 EA
Recycled Composite Material Block equivalent with dimensions of 7 inch x 9 inch x 9 foot for the intended use of elevating 20ft and 40ft ISO containers from the ground. Minimum load rate capacity requirements needed is 26,500lbs per each, roughly 2-3 blocks or equivalent per container. All bundles of ties shall be secured with 1.25” steel banding. Nylon banding is not sufficient to hold bundles securely. Shipping by Railcar is authorized.
CLIN 0004 Option Composite Railroad Ties 510 EA
Recycled Composite Material Block equivalent with dimensions of 7 inch x 9 inch x 9 foot for the intended use of elevating 20ft and 40ft ISO containers from the ground. Minimum load rate capacity requirements needed is 26,500lbs per each, roughly 2-3 blocks or equivalent per container. All bundles of ties shall be secured with 1.25” steel banding. Nylon banding is not sufficient to hold bundles securely. Shipping by Railcar is authorized.
CLIN 0005 Option Composite Railroad Ties 510 EA
Recycled Composite Material Block equivalent with dimensions of 7 inch x 9 inch x 9 foot for the intended use of elevating 20ft and 40ft ISO containers from the ground. Minimum load rate capacity requirements needed is 26,500lbs per each, roughly 2-3 blocks or equivalent per container. All bundles of ties shall be secured with 1.25” steel banding. Nylon banding is not sufficient to hold bundles securely. Shipping by Railcar is authorized.
***Please direct all questions to heidi.m.young.civ@army.mil or Melissa.m.kaarbo.civ@army.mil telephone calls will not be accepted. ***
*** Please see the attachment of the solicitation for instructions on page 14 under Addendum to 52.212-1. Offerors who do not follow the provided instructions will be un-responsive to the solicitation and will not be accepted. ***
***Questions will be fielded up to 1:00 PM PST on 24 March 2022. Questions and Answers will be posted as attachments for all interested parties. *** In accordance with FAR 2.101, all responses to this solicitation will be evaluated based upon a best-value determination and thus shall result in issuance of a task/delivery order to the schedule(s) whose offer represents the greatest overall benefit to the Government. When making a best-value determination, the Government may consider, but is not limited to, factors such as price, past performance, special features, trade-in considerations, probability of life for items, warranty, maintenance, environment and energy efficiency, and delivery terms. In accordance with FAR 8.404(d), the Government encourages offerors to provide additional discounts in an effort to promote competition. Offerors providing additional discounts may possess a distinct advantage over competitors not offering a discount, and thus may represent the overall best-value to the Government. All offers MUST include Tax ID (TIN), CAGE Code, DUNS numbers and POC information/email. Please make offers valid through 1 June 2022. As a result of this requirement a SF 1449 will be issued in which case all offers provided to the Government shall be considered on each items merit, multiple awards may be issued. The offer representing the overall best-value to the Government will have 72 hours to return a signed and dated copy to the government. Failure to do so will be considered non-acceptance. Please provide complete and accurate information stated in the SF 1449 and solicitation. The Government may consider any offers not meeting the requirements listed herein as unacceptable, thus resulting in the elimination of your offer, unless determined to be in the best-interest of the Government.
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING OFFICE KO 74 C STREET
- HERLONG , CA 96113-5000
- USA
Primary Point of Contact
- Heidi Young
- heidi.m.young.civ@army.mil
- Phone Number 5308274565
Secondary Point of Contact
- Melissa Kaarbo
- melissa.m.kaarbo.civ@army.mil
- Phone Number 5308274776
History
- Jun 02, 2022 08:55 pm PDTSolicitation (Updated)
- May 03, 2022 08:55 pm PDTSolicitation (Updated)
- Mar 29, 2022 03:47 pm PDTSolicitation (Updated)
- Mar 08, 2022 02:13 pm PSTSolicitation (Original)