Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
SOLICITATION NOTICE

22 -- Railroad Turnouts, UIC Styles 1:13 & 1:11

Notice Date
4/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
336510 — Railroad Rolling Stock Manufacturing
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09316
 
Solicitation Number
W914NS-04-Q-0164
 
Response Due
4/22/2004
 
Point of Contact
Walter Walter, Contract Specialist, Phone 703-343-9216, - Mario Troncoso, Contracting Officer, Phone 703-343-9225, Fax 703-343-9227,
 
E-Mail Address
walters@orha.centcom.mil, troncosom@orha.centcom.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, W914NS-04-Q-0164 is issued as a Request for Quotation (RFQ). This action is unrestricted and provides for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 333298. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for the Iraqi Ministry of Transportation. Contract Line Items (CLINs) 0001 and 0002 must be delivered 180 days ARO to either Port of Umm Qasser (grid zone coordinate: N30.03219 E047.94332) or Rabiya, Iraq (grid zone coordinates: N36.79438 E042.10614). Description and specification requirements are: CLIN 0001 – UIC Railroad Turnout Styles 1:13; 200 EACH $___________ Total $________________. CLIN 0002 - UIC Railroad Turnout Styles 1:11; 320 EACH $___________ Total $________________. UIC Railroad Turnout Style 1:11 and 1:13 Statement of Work (SOW): 1) Scope. Commercial item purchase for two-hundred (200) 1:13 ratio and three-hundred-twenty (320) 1:11 ratio UIC Railroad Turnout Styles throughout various locations in Iraq. 1.1.) Background. Freight transport is hampered by the lack of track capacity in the country. This has a direct effect on the economy by reducing passenger and material movement. Due to due to years of neglect and conflict, most of the turnout style assemblies must be replaced. These systems will increase the capacity of the rail system by allowing switching of tracks, thus increasing the train capacity that can operate on the rail system. 2) Applicable documents. The following documents are applicable to this SOW and attached appendices to the extent specified herein. 2.1) Non-Government standards and other publications. 2.1.1) Specifications and Features (Performance Specifications listed below. 2.2) Availability of Non-Government standards and other publications. 2.2.1) UIC standards can be found by contacting the International Union of Railways. 16, Rue Jean Rey, F-75015 Paris. Phone: 33-0-1 -44-49-20-20. Website: http://www.uic.asso.fr/home/home_en.html 3) Requirements. 3.1) General. The work required by issuance of a contract shall be performed in accordance with this SOW. The contractor shall design, develop, fabricate, and test Railroad Turnout Styles as listed in Appendix 1 of this statement to meet the performance criteria specified by UIC System Specification (60) and in accordance with any additional detailed requirements in paragraph 3.2.1 below. 3.2) Detail Tasks. 3.2.1) Design, Engineering, Fabrication and Test. 3.2.1.1) Design and Engineering. The contractor shall fabricate Turnout Style System to meet the specification and criteria of UIC System Specification (60) utilizing engineering trade-offs between performance, reliability, maintainability, supportability, producibility, and life cycle costs. The Turnout Style System design shall include the equipment performance and physical characteristics, subsystem component, location, materials of a top-down design, basic module description, and interface design. 3.2.1.2) Quantity and type. The SOW calls for delivery of Style 1:11 and 1:13 in quantities of 320 assemblies and 200 assemblies respectively. 3.2.1.2) Fabrication. The contractor shall correct and document any design characteristics that are found to inhibit or make fabrication unnecessarily costly but that do not otherwise alter performance or system effectiveness characteristics. 3.2.1.5) Test and Evaluation. The contractor shall conduct and evaluate the results of environmental and performance tests on the Turnouts Styles to demonstrate full compliance of all equipment and software with UIC System Specification (60). The tests may be conducted at the contractor's facilities or at an independent laboratory or commercial testing facility. 3.2.1.3) Delivery and Receipt. All shipments of goods bound for Iraqi Republic Railways (IRR) will be received either at the custom's yard at the rail station in Rabiya, Iraq (N36.79438 E042.10614) or at the customs receiving yard at the rail head at Umm Qasser (N30.032 19 E047.94332). IRR representatives shall be contacted at 1-914-822-7312, at least seven days prior to shipment arrival in order to arrange delivery location and to meet and inspect the incoming shipments. Performance Specifications for UIC Railroad Turnout Style 1:13 -- Assembly Description: Turnout of two (R/H and L/H) forms Turnouts for wooden timbers; Intermediate supports are applied to turn rails from vertical position to 1/20 The single fastening separated type with high-rib disk sk65 and rigid clamps PK; Point machine electric powered SP3 or SP6; Hard wood of African pine or any accepted wood for the wooden sleepers highly chemical treated & water resistance specially made for railway turnouts. Switching Elements: Switch with spring tongue rail OR65 and welded rail UIC60; Tongue rails with clips for fixing switch rod, two connecting rods and checking rods; The stock rails fixation to supports inside of gauge fixed by spring clamps, and from outside of gauge –by clamps PK; One–bolt stop fishdisks; Switch with anti-creeper fishdisk, at tongue rail, with anti-creeper fish disks at stock rail; In the point of tongue rails, stock rails connected by flat bar, to lock up tongue rails to stock rails by padlock; Switch contains angle lever moving device; Tongue rails operated by electric switch machine with inner locking and slide bar moving 152mm; Garniture complement for electric switch machine contains base angles, operation rod, connecting rod, checking rod, isolating and fastenings parts. Frog Components: Solid frog of assembled–welded block; The back section of the frog point welded with UIC60; The frog situated on chair lug and fastened by clamps PK, blots, nuts and spring washers; Rail with check rail consist of track rail, check rail not connected with track rail, high–rib plates, and check supports welded to disks; The track rail fastening to by spring clamps; Rails in joint connected by fishdisks, bolts, nuts and spring washers. General Features: Style of Turnout: Single, Ordinary Type of Rail: International Union of Railways (UIC) 60 Mark of Frog: 1/13 Angle of Frog: 4.31176270 Gauge of Main Track: 1,435mm Total Length of Turnout on a Straight Track: 38,698mm Radius of a Sideway Track: 400,000mm Front Length of Stock Rail: 750mm Back Length of Frog: 4,580mm Step of Tongue Rails on an Axis of Switch Rod: 154mm Width of Flangeway at End of Contacts Tongue Rail and Stock Rail Minimum: 58mm Width of Flangeway at the Crossing’s Throat: 60mm Width of Flangeway at the Straight Section of Frog: 46mm Width of Flangeway at the Out coming Section of Wings: 60mm Width of Flangeway at Center of Wing: 80mm Width of Flangeway at the Straight Section of Check Rail: 41mm Width of Flangeway at the Outcoming Section of Check Rail: 60mm Width of Flangeway at the Center of Check Rail: 80mm Maximum Speed of Passenger Trains on a Straight Track: 140kmph Maximum Speed of Vehicles on a Side Way Track: 60kmph Maximum Static Strength on Rails from a Wheel Set of a Vehicle: 205kN Maximum Static Strength on Rails from a Wheel Set of a Locomotive: 225kN Performance Specifications for UIC Railroad Turnout Style 1:11 -- Assembly Description: Turnout of two (R/H and L/H) forms Turnouts for wooden timbers; Intermediate supports are applied to turn rails from vertical position to 1/20 The single fastening separated type with high-rib disk sk65 and rigid clamps PK; Point machine electric powered SP3 or SP6; Hard wood of African pine or any accepted wood for the wooden sleepers highly chemical treated & water resistance specially made for railway turnouts. Switching Elements: Switch with spring tongue rail OR65 and welded rail UIC60; Tongue rails with clips for fixing switch rod, two connecting rods and checking rods; The stock rails fixation to supports inside of gauge fixed by spring clamps, and from outside of gauge –by clamps PK; One–bolt stop fishdisks; Switch with anti-creeper fishdisk, at tongue rail, with anti-creeper fish disks at stock rail; In the point of tongue rails, stock rails connected by flat bar, to lock up tongue rails to stock rails by padlock; Switch contains angle lever moving device; Tongue rails operated by electric switch machine with inner locking and slide bar moving 152mm; Garniture complement for electric switch machine contains base angles, operation rod, connecting rod, checking rod, isolating and fastenings parts. Frog Components: Solid frog of assembled–welded block; The back section of the frog point welded with UIC60; The frog situated on chair lug and fastened by clamps PK, blots, nuts and spring washers; Rail with check rail consist of track rail, check rail not connected with track rail, high–rib plates, and check supports welded to disks; The track rail fastening to by spring clamps; Rails in joint connected by fishdisks, bolts, nuts and spring washers. General Features: Style of Turnout: Single, Ordinary Type of Rail: International Union of Railways (UIC) 60 Mark of Frog: 1/11 Angle of Frog: 5.26749770 Gauge of Main Track: 1,435mm Total Length of Turnout on a Straight Track: 31,498mm Radius of a Sideway Track: 250,000mm Front Length of Stock Rail: 750mm Back Length of Frog: 4,400mm Step of Tongue Rails on an Axis of Switch Rod: 154mm Width of Flangeway at End of Contacts Tongue Rail and Stock Rail Minimum: 58mm Width of Flangeway at the Crossing’s Throat: 60mm Width of Flangeway at the Straight Section of Frog: 46mm Width of Flangeway at the Out coming Section of Wings: 60mm Width of Flangeway at Center of Wing: 80mm Width of Flangeway at the Straight Section of Check Rail: 41mm Width of Flangeway at the Out coming Section of Check Rail: 60mm Width of Flangeway at the Center of Check Rail: 80mm Maximum Speed of Passenger Trains on a Straight Track: 140kmph Maximum Speed of Vehicles on a Side Way Track: 40kmph Maximum Static Strength on Rails from a Wheel Set of a Vehicle: 205kN Maximum Static Strength on Rails from a Wheel Set of a Locomotive: 225kN The Contracting Officer will evaluate quotes on the basis of technical (capability of the items offered to meet the agency need as listed in the SOW), price, and past performance. In accordance with Federal Acquisition Regulation 52.216-1, Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery 180 days ARO. Acceptance will be by the Contracting Officer Representative at the custom's receiving yard rail station in Rabiya, Iraq (N36.79438 E042.10614) or at the customs receiving yard at the rail head at Umm Qasser (N30.032 19 E047.94332). Detailed delivery requirements will be issued via an amendment prior to award. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors—Commercial, as well as the following instructions: Offerors shall submit information on their past performance in like or similar acquisitions in the last three years. The Offerors will provide no more than two pages of past performance information. Use type characters no smaller that 10 pitch. Each instance of relevant past performance shall include the contract number and/or delivery order number, contract type, contract value, whether competitive or sole source, description of work, and customer point of contact including e-mail address and telephone number. Offerors’ technical proposal (including delivery terms) shall be no longer than three pages. Use type characters no smaller that 10 pitch. Offerors’ pricing data shall be no longer than three pages. Use type characters no smaller that 10 pitch. No attachments are allowed and only the front of a page shall be used. A page that has material on back and front will count as two pages. The contracting officer may determine proposals that deviate from these type-size and page limitations as non-responsive. Offerors shall submit an original proposal and one copy. The proposal shall be easily segregated between the contract line item (CLIN) price, technical, and past performance. Both the original and copy may be transmitted via e-mail. The copy of the proposal submitted is for evaluation purposes and shall not bear any logos, trademarks, company names or points of contact information that would identify the Offeror. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation – Commercial Items, offerors should submit with their quotation: (1) a price proposal which shows the proposed unit price for each line item, the extended total price for each line item, and the total overall price for all contract line items. Only offers proposing CLINs 0001 and 0002 will be considered; (2) supporting information or product literature/specifications for the proposed items that demonstrates a clear understanding of the specifications stated in the SOW but not exceeding the clause at 52.212-1, as delineated above; (3) a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor’s Duns and Bradstreet (DUNS) number; (5) Contractor’s Cage Code; and (6) an affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. Note: Contractors must be registered in the Central Contractor’s Registration database in order to receive payment, should they receive a Government contract award! The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions – Commercial Items (FEB 2002) as augmented by the Department of Defense FAR Supplement (DFARS); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders – Commercial Items (MAY 2002), to include the following subparagraphs--FAR 52.222-3 Convict Labor (AUG 1996); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (MAY 1999); FAR 52.232-36 Payment by Third Party; FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); DFARS 252.204-7004, Required Central Contractor’s Registration (NOV 2001); and De-Ba’athification of Iraqi Society, Coalition Provisional Authority Order Number 1, dated 16 may 2003, Subject: De-Ba’athification of Iraqi Society and the corresponding implementation plan and delegations of authority (found at http://cpa-iraq.org). All interested, responsible firms should submit quotes (all applicable documentation must be in accordance with FAR 52.212-1 and 52.212-2 listed above), no later than 5:00 P.M. (Baghdad Time), 22 April, 2004, to the following email address: cpa_contracting_act1@orha.centcom.mil – Franked mail must be delivered to: Republican Presidential Palace, Attn: Contracting, Coalition Provisional Authority, Rm. S-106A, Baghdad, Iraq, APO AE 09316. Timely delivery of mailed proposals is the sole responsibility of the Offeror. Questions regarding this quotation should be directed to Mr. Stephen Walter at email walters@orha.centcom.mil; faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/. Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/CPAIRAQ/APOAE/W914NS-04-Q-0164/listing.html)
 
Place of Performance
Address: Port of Umm Qasser and/or Rabiya
Country: Iraq
 
Record
SN00777480-F 20050330/050328212644 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.