Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2025 SAM #8591
SOURCES SOUGHT

J -- FY25 TCS MITD Diesel Locomotive Mechanic Services

Notice Date
6/2/2025 12:24:01 PM
 
Notice Type
Sources Sought
 
NAICS
488210 — Support Activities for Rail Transportation
 
Contracting Office
W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
 
ZIP Code
23604-5538
 
Solicitation Number
W911S025RDLM2
 
Response Due
6/12/2025 7:00:00 AM
 
Archive Date
06/27/2025
 
Point of Contact
Kristen Walden, David Clark
 
E-Mail Address
kristen.l.walden.civ@army.mil, david.m.clark210.civ@army.mil
(kristen.l.walden.civ@army.mil, david.m.clark210.civ@army.mil)
 
Description
The Mission and Installation Command (MICC) - Fort Eustis is issuing a sources sought notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the Maritime & Intermodal Training Department (MITD) FY25 TCS MITD Diesel Locomotive Mechanic Services. The intention is to procure these services on a competitive basis. A small-business set-aside will be considered, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women- Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. DISCLAIMER This sources sought is for informational purposes only. This is not a request for proposal (RFP) to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future request for quote (RFQ), invitation for bid (IFB), or RFP, if published. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. PROGRAM BACKGROUND This is a non-personal service(s) contract to provide all personnel, needed supplies, transportation, supervision, and non-personal services necessary to perform the functional services described in the PWS. The MITD Diesel Locomotive Mechanic Services requirement is defined in this PWS. The contractor shall meet the standards of this contract. Overall customer satisfaction is a priority for the services provided. The Locomotive Mechanic shall maintain, repair and inspect locomotives, ensuring safety and efficient operation, which includes troubleshooting, fixing mechanical and electrical problems and performing routine maintenance on MITDs� locomotives. Army Regulation 750-1, Chapter 7, Section II mandates field and sustainment maintenance policies. Code of Federal Regulations (CFR) Title 49, Chapter II governs Department of Defense (DOD) rail car maintenance. MITD has 2-120-Ton Electra-Motive Diesel (EMD) locomotives to meet executes Army and Federal regulatory annual and triennial training, certification, licensing, and recertification to 135 Army and DOD locomotive engineers/conductors. Simultaneously TCS/MITD executes U.S. Army Reserve 88U Railway Specialist MOS qualification and Professional Military Education training at Joint Base Langley-Eustis, Virginia. These training programs currently use 45-year-old diesel locomotives. REQUIRED CAPABILITIES The Contractor shall provide services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, CAGE code, Unique Entity ID, POC email address, Web site address, telephone number, and size and type of ownership for the organization; 2) Tailored capability statements addressing the questions and requests provided below, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; and 3) Whether your company is interested in competing for this requirement as a prime contractor or not (identify subcontracting, joint ventures, or team arrangement that will be pursued, if any). If interested as proposing as a small-business prime, please also provide the following information: 1) Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors (Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) ""Similarly situated entity"" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status), and is considered small for the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside); and, 2) identify type(s)/ certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors. In accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. The Government will assess submitted information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful program management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel; risk mitigation; and day-to day management; and 4) provide services under a performance based service acquisition contract. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 size font. The deadline for response to this request is no later than 10 AM EST June 17, 2025. All responses under this Sources Sought Notice must be emailed to: Mrs. Kristen Walden, Contract Specialist, kristen.l.walden.civ@army.mil Mr. David M. Clark, Contracting Officer, david.m.clark210.civ@army.mil Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. This documentation must address at a minimum the following items: 1) What type of work has your company performed in the past in support of the same or similar requirement? Specify whether support has been provided as a prime contractor or a subcontractor. 2) Can or has your company managed a task of this nature and size? If so, please provide details. 3) Can or has your company managed a team of subcontractors before? If so, provide details. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? 5) Describe the qualifications of your Key Personnel listed in draft PWS Section 1.9. 6) What is your primary Business Focus? 7) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history (last 5 years), line of credit, office locations, etc. 8) Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 9) Recommendations to improve the approach/specifications/draft PWS to acquiring the identified services. 10) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. The estimated period of performance consists of a 12-month base period and 4 12-month option periods with base period commencing on August 15, 2025. Specifics regarding option periods will be provided in the solicitation. The contract type is anticipated to be firm-fixed-price. Upon assessment of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. ELIGIBILITY The applicable NAICS code for this requirement is 488210 -Support Activities for Rail Transportation with a Small Business Size Standard of $34 million. The Product Service Code is J022 � Maint/Repair/Rebuild of Equipment � Railway Equipment. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size and socio-economic size status, as applicable, in their capabilities statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dd0ac8cc75c547d398251eb7be736be4/view)
 
Place of Performance
Address: Fort Eustis, VA 23604, USA
Zip Code: 23604
Country: USA
 
Record
SN07462561-F 20250604/250602230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.