BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Shaw AFB, South Carolina. Contact the soliciting agency for additional information.

The Contractor shall provide all labor, tools, materials, and equipment required to provide routine and emergency inspection/repair service to the railroad spur from Cane Savannah switch to the end of the switchyard at building 202, Shaw AFB SC. "Notice to Offeror(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." CLIN Description Quantity Unit of Issue Unit Price Extended Price 0001 Perform Track and Signal Inspection 12 MO $ $ 0002 Tighten Track Bolts 100 EA $ $ 0003 Purchase and Replace Track Bolts 100 MA $ $ 0004 Line/Gauge Track 200 FT $ $ 0005 Purchase and Replace Joint Bars 25 PR $ $ 0006 Purchase and Replace Cross Ties 100 EA $ $ 0007 Purchase and Replace Rail 2 EA $ $ 0008 Emergency Services 2 Lot $ $ ***Please reference the attached SOW for a detailed description of the scope of work for these services. Option Year 1 0001 Perform Track and Signal Inspection 12 MO $ $ 0002 Tighten Track Bolts 100 EA $ $ 0003 Purchase and Replace Track Bolts 100 MA $ $ 0004 Line/Gauge Track 200 FT $ $ 0005 Purchase and Replace Joint Bars 25 PR $ $ 0006 Purchase and Replace Cross Ties 100 EA $ $ 20th Contracting Sq 20 CONS / LGCAB Shaw AFB, S.C. 20 CONS / LGCAB 21 March 2023 321 Cullen Street Attn: SSgt Gregory Cooke Shaw AFB, SC 29152-2610 Phone: (803) 895-9808 E-Mail Address:gregory.cooke@us.af.mil 0007 Purchase and Replace Rail 2 EA $ $ 0008 Emergency Services 2 Lot $ $ Option Year 2 0001 Perform Track and Signal Inspection 12 MO $ $ 0002 Tighten Track Bolts 100 EA $ $ 0003 Purchase and Replace Track Bolts 100 MA $ $ 0004 Line/Gauge Track 200 FT $ $ 0005 Purchase and Replace Joint Bars 25 PR $ $ 0006 Purchase and Replace Cross Ties 100 EA $ $ 0007 Purchase and Replace Rail 2 EA $ $ 0008 Emergency Services 2 Lot $ $ Option Year 3 0001 Perform Track and Signal Inspection 12 MO $ $ 0002 Tighten Track Bolts 100 EA $ $ 0003 Purchase and Replace Track Bolts 100 MA $ $ 0004 Line/Gauge Track 200 FT $ $ 0005 Purchase and Replace Joint Bars 25 PR $ $ 0006 Purchase and Replace Cross Ties 100 EA $ $ 0007 Purchase and Replace Rail 2 EA $ $ 0008 Emergency Services 2 Lot $ $ Option Year 4 0001 Perform Track and Signal Inspection 12 MO $ $ 0002 Tighten Track Bolts 100 EA $ $ 0003 Purchase and Replace Track Bolts 100 MA $ $ 0004 Line/Gauge Track 200 FT $ $ 0005 Purchase and Replace Joint Bars 25 PR $ $ 0006 Purchase and Replace Cross Ties 100 EA $ $ 0007 Purchase and Replace Rail 2 EA $ $ 0008 Emergency Services 2 Lot $ $ Additional Notes: The associated North American Industrial Classification System (NAICS) code for this procurement is 488210, with a small business size standard of $30,000,000.00. This acquisition is 100% set aside for small businesses F.O.B. Destination: Shaw AFB SC 29152 Proposals are required to be valid for a minimum of 60 days The Government reserves the right to award on an "All or None" basis The Government reserves the right to award without discussions Annotate "Proposals Expiration Date", "Best Delivery Date", and any "Discount Terms" Proposals are due NO LATER THAN 7 Apr 2023 Proposals may be E-mailed to: gregory.cooke@us.af.mil The basis for award will be Lowest Price Technically Acceptable (LPTA). The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/ The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services. FAR 52.212-2 Evaluation--Commercial Products and Commercial Services. FAR 52.204-7 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. Offerors shall submit a completed copy of this provision along with their proposal. Addendum to FAR 52.212-2: BASIS FOR CONTRACT AWARD 1: This is a lowest price technically acceptable source selection process in which the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub-factors. All technically acceptable proposals shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: i. Technical Acceptability. Initially, the Government technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable or Unacceptable. ii. Price Evaluation. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). iii. Past Performance. The contracting officer shall seek relevant performance information based on one or more of the following: A. The contracting officer's knowledge of and previous experience with the supply or service being acquired; B. Customer surveys, and past performance questionnaire replies; C. The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or D. Any other reasonable basis. Relevant performance includes performance of efforts involving railroad inspection and maintenance services that are similar or greater in scope, magnitude, and complexity than the effort described in this solicitation. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in the solicitation, based on the offeror's demonstrated present and past performance. Offerors with no relevant past or present performance history or the offeror's performance record is so limited will be given a rating of "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. (End of provision) FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR 52.212-3 Offeror Representations and Certifications--Commercial Products and Commercial Services with Alternate I. Offerors shall submit a completed copy of this provision along with their proposal. NOTE: Offerors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, "Offeror Representations and Certifications--Commercial Products and Commercial Services" FAR 52.219-1 Small Business Program Representation with its Alternate I. Offerors shall submit a completed copy of this provision along with their proposal. NOTE: The North American Industry Classification System (NAICS) code for this acquisition is 488210. The small business size standard is $30,000,000.00. FAR 52.222-22 Previous Contracts and Compliance Reports. Offerors shall submit a completed copy of this provision along with their proposal. FAR 52.222-25 Affirmative Action Compliance. Offerors shall submit a completed copy of this provision along with their proposal. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its proposal or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its proposal or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/ (End of Provision) FAR 52.252-5 Authorized Deviations in Provisions. (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisitions Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Antiterrorism Awareness Training for Contractors. The following contract clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Products and Commercial Services. (Deviation 2018-O0021) (DEC 2022) The following subparagraphs of FAR 52.212-5 (Deviation 2018-O0021) are applicable: Subparagraphs (b)(1)(xiii) (A) (End of clause) FAR 52.223-5 Pollution Prevention and Right-to-Know Information. FAR 52.223-10 Waste Reduction Program. FAR 52.232-1 Payments FAR 52.232-8 Discounts for Prompt Payment. FAR 52.232-11 Extras FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.237-3 Continuity of Services. FAR 52.245-9 Use and Charges. FAR 52.247-34 F.O.B. Destination. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/ (End of Clause) FAR 52.252-6 Authorized Deviations in Clauses. (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7000 Disclosure of Information. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.211-7007 Reporting of Government-Furnished Property. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Work Flow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9001 Health and Safety on Government Installations. AFFARS 5352.242-9000 Contractor Access to Air Force Installations. AFFARS 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel. All offerors shall submit 1 (one) copy of their price proposal. All proposals shall be sent to the contracting specialist via e-mail: SSgt Gregory Cooke Gregory.cooke@us.af.mil This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" NOTE: Offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than April 7, 2023 at 2:00pm Eastern Standard Time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on e-mail. All proposals shall be valid for a minimum of 60 days after close of solicitation date. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail to the contract specialist:

Post-Bid

Transportation Terminals

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
186
Active Projects
99
Bidding Soon
1,134
All Active Projects
475
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

April 7, 2023

May 8, 2023

img_map_placeholder

411 Polifka Dr, Shaw AFB, SC

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.