Skip to main content

An official website of the United States government

You have 2 new alerts

Regional Maintenance & Repair Railroad Trackage

info alert

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: Presolicitation (Original)
  • Original Published Date: Jan 31, 2022 12:27 pm EST
  • Original Response Date: Feb 14, 2022 04:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 13, 2023
  • 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:
    • 488210 - Support Activities for Rail Transportation
  • Place of Performance:
    Camp Lejeune , NC 28547
    USA

Description

Required Notice posted late: The intent of this Pre-Solicitation synopsis is to notify potential offerors of the upcoming solicitation to perform annual inspection services for railroad trackage at Marine Corps Base, Camp Lejeune, NC and on the main line extending from Camp Lejeune to the Havelock wye, including the rail and switches through the long ties on the New Bern to Morehead City rail line and Marine Corps Air Station Cherry Point, North Carolina.

The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operations within the FI function. 

All employees will be properly trained and certified as required by Federal and State laws for the work they will perform under this contract.  Any proof of certification or training will be proved upon request from the KO.

(1)  Personnel performing inspections of any hazardous waste collected from railroad trackage activities, and providing inert shall possess qualifications in accordance with EM 385-1-1 40HR Certification for the tasks to be performed, per Section F.

(2)  The personnel working under this contract shall be qualified and licensed for the work they are performing as required by the North Carolina Department of Environmental Protection.  Additionally all personnel performing work under this contract shall be qualified and licensed as required by all other federal, state, and local regulations.

All maintenance and repair shall be performed by personnel trained and certified by the UFC 4-860-03 Railroad Track Maintenance and Safety Standards.   

Personnel working with or on electrical or electronic equipment must be trained and certified per NAVFAC MO-200.

All maintenance trade personnel certifying or inspecting repair or maintenance work that does not require an inspector certified by a governing directive shall be qualified at the journeyman level.

A complete list of specifications will be included in the solicitation.

The abovementioned maintenance, service, repair & certification work will be conducted at Marine Corps Base Camp Lejeune, NC & Marine Corps Air Station Cherry Point, NC. 

More details of the scope of work will be provide in the solicitation.

The required North American Industry Classification System (NAICS) code for this requirement is 488210, Facilities Support Services with a size standard of $15,000,000.00, and will be verified.  This procurement will be a 100% Set-Aside for Certified Small Businesses.

The applicable Service Contract Act (SCA) Wage Determination is 2015-4389, Revision No. 19, dated 12/27/2021.  A complete copy of the wage determination can be found at https://www. SAM.gov.

The Government anticipates awarding a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with a base period of one (1) year plus four (4) twelve-month option periods, to be exercised at the discretion of the Government.  The total term of the contract, if all options are exercised, will be for 60 months.  The Contractor may be required to continue performance for an additional period not to exceed six (6) months under FAR clause 52.217-8, “Option to Extend Services”.  In either case, the Government will not synopsize the options when exercised.

The Government intends to use FAR 15.101-2 Lowest Price Technically Acceptable (LPTA) and FAR 15.305(a) (2) Proposal evaluation procedures.  The solicitation utilizes Source Selection Procedures, which require offerors to submit information such as: technical capability, safety history, price, (or cost), and past performance data in their proposal for evaluation by the Government. 

The resultant contract will replace a FFP/IDIQ M&R Railroad Trackage contract for services awarded 01 Aprile 2017, that stood for a base period of (1) year, four (4) option periods, and extended for six (6) months.  The present contract final period will expire 31 March 2022. The incumbent contractor is T&C Clearing and Railroad, LLC. 

The solicitation will be available on or about late – February 2022.  The estimated date for receipt of proposals is 30 days after the solicitation issue date.  This solicitation will be available in electronic format only.  Offerors can view and/or download the solicitation at https://www.SAM.gov.  Qualified Contractors must be registered in the System for Award Management (SAM), which maintains all of the required certifications to valid: DUNS numbers, Cade Codes, and contractors’ entity status.  Contractors are encouraged to register for the solicitation when downloading from the https://www.SAM.gov website.  Only registered contractors will be notified by Email when amendments to the solicitation are issued, amendments must be signed and return with the submitted proposal.  All documents will be in the Adobe Acrobat PDF file format via the Internet.  The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website.

Telephonic inquiries will not be accepted.  Please direct questions to the Contract Specialist, Cliff Gaither via email at clifton.l.gaither.civ@us.navy.mil, Monday through Friday from 06:00 a.m. to 4:30 p.m.

Alternate Points of Contact:

Regenia D. Guest                      

Contracting Officer                            

Email: regenia.d.guest.civ@us.navy.mil            

Contact Information

Contracting Office Address

  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA

Primary Point of Contact

Secondary Point of Contact

History