Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOURCES SOUGHT

22 -- Railroad Operations

Notice Date
1/11/2006
 
Notice Type
Sources Sought
 
NAICS
488210 — Support Activities for Rail Transportation
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004
 
ZIP Code
29152-5004
 
Solicitation Number
FA4803-RFI-Railroad06
 
Response Due
2/3/2006
 
Point of Contact
Danita Nordlund, Contracting Specialist, Phone 803-895-6425, Fax 803-895-6019, - Barbara Gainey, Contracting Specialist, Phone 803-895-6847, Fax 803-895-6019,
 
E-Mail Address
danita.nordlund@shaw.af.mil, barbara.gainey@shaw.af.mil
 
Description
This Request for Information (RFI) solicits information from DoD, other government agencies and commercial companies, who are receiving or are capable of providing the services described below. This IS NOT a formal solicitation nor does it constitute a current or future United States Government requirement. Any information provided to the Government is strictly voluntary and at no cost to the Government: Eligibility to Participate: Government agencies and commercial entities: POC: Lt Danita Nordlund, 20CONS, 803-895-6425 (danita.nordlund@shaw.af.mil) or Ms. Barbara Gainey, 20 CONS, (barbara.gainey@shaw.af.mil), or Mrs. Sonia Taylor, 20 CONS (sonia.taylor@shaw.af.mil). Structure of Submissions: Respondents are invited to submit written performance and cost information to the proposed procurement. The written response should contain a point of contact for follow-up questions or contact. The government requests each respondent provide sufficient technical and cost related information so the viability can be fully evaluated. Policy/Procedures: All submissions are due to the POC listed above NLT 3 February 06. Upon receipt of each submission, the Government will acknowledge receipt to each submitter. For those submissions of interest, the Government may solicit additional dialogue with that provider to obtain additional details. This request for information in no way implies either implicitly or explicitly that submitters will be compensated in any way by the government for information or materials provided. All information provi9ded becomes U.S. Government property and will not be returned. Please do not submit any classified information. All information submitters do not wish to be released outside of the US government shall be clearly labeled in submittals. All properly identified proprietary information will be treated appropriately. Submit any applicable product literature, drawings, brochures, videos or related material on or before 3 Feb 06 via US mail or e-mail; if such information is available via the Internet, a Http or FTP link to the materials may be submitted instead. Description of Services. Scope of Work. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform Railroad Operations for Shaw Air Force Base, SC. The estimated quantities of work are listed in Appendix 5.4., Estimated Workload. Work Excluded. (1) Contractor will not be responsible for track, track repair, signals, signals repair and vegetation control. (2) Contractor will not be required to perform major maintenance. Locomotive Operations. The contractor shall be responsible for the safe, efficient and economical operation of assigned rail equipment. The contractor shall operate rail locomotive switch engine(s) and locomotive equipment to provide for the handling and movement of railway cars. Switching services include movement and placement of loaded and empty railcars subsequent to or preceding a line-haul service and all other interplant (base) placements and movements over government owned and commercial tracks. The contractor shall accomplish all switching requirements including the movement and placement of inbound loaded and empty cars, outbound loaded and empty cars and interplant (base) requirements between Shaw AFB and the interchange tracks located at CSX Railroad, Cane Savannah, SC. The contractor shall begin to perform services within one hour of notification. (Workload for outbound loaded cars, approximated three (3) every five years.) The contractor shall follow procedures for locomotive operations, as outlined in FM 55-21, Railway Operating and Safety Rules. In addition, the engineer will not move the locomotive without first receiving a designated hand signal or voice instruction (via radio) from the brakeman. The contractor shall operate the locomotive to the railroad interchange or interplant point, position locomotive, couple to railcar(s) and inspect coupling(s) to assure physical security. The contractor shall operate the locomotive with railcars attached and position cars at the designated points for loading and offloading. The contractor shall reposition railcars as necessary because of restricted parking space on base spur tracks or in loading/unloading areas, to provide for re-sequencing of cars for optimum handling. The contractor shall return railcars to be released to the rail interchange, or to the point of other handling operations. Assure physical security to prevent uncontrolled movement. Following completion of switching operations, the contractor shall return locomotive(s) to the designated parking area and secure same against unauthorized access. During fall and winter months when temperature is expected to fall below 40 degrees F, the contractor shall ensure that the Kin-Hotstart Heaters are plugged into electrical circuits provided. The contractor will be required to call base fuels section to arrange for delivery of diesel fuel for locomotives. Upon delivery, the contractor shall be responsible for pumping diesel fuel into the locomotives. The contractor shall be required to maintain copies of CFR (Code of Federal Regulations) 49 100-185 and CFR 200-299, The Emergency Response Book, Railway Operating and Safety Rules and Air Brake and Training Handling Rules on board locomotive at all times. In conjunction with railway equipment (locomotive) operations, provide the below administrative and technical functions pertaining to receipt, inspection and delivery of freight. The contractor shall contact CSX Freight Office each workday to determine the number and type of railcars to be received that day. All cars shall be listed on DD Form 1092, Railroad Car Record. The contractor shall coordinate with base fuels to determine placement point of tank cars received for loading/unloading. Within one hour of notification, take necessary action to switch cars to avoid demurrage charges. Base fuels personnel will notify the contractor when cars need to be removed or changed out. Tank cars will be spotted as required for offloading. The contractor shall perform additional switching and spotting as required to effect loading/unloading. The contractor shall check empty railcars to assure all dunnage, strapping and debris have been removed. The contractor shall inspect railcars received for loading, for condition and acceptability for the lading that is to be moved, and report “bad order” cars. The contractor shall return empty and loaded railcars to the railroad interchange point when notified by base fuels. Cars released to the contractor by 1500 hours shall be returned to the interchange point the same day. Any demurrage charges accrued due to the failure on the part of the contractor to comply with the provisions of this section shall be born by the contractor IAW The Government will be responsible for all demurrage charges because of failure to load or off-load in the specified time limitation. The contractor shall reimburse the government for all demurrage charges as a result of contractor failure to: Place (spot) cars received for loading/off-loading or release rail equipment to the commercial carrier as prescribed in applicable freight tariff(s). Maintenance and Inspection of Railway Equipment. The contractor shall perform inspection and maintenance of assigned and transient Department of Defense railway equipment as specified below in accordance with directives cited herein. The contractor shall perform daily inspection/maintenance on assigned railway equipment using DD Form 862, Daily Inspection Worksheet for Diesel/Electric Locomotives and Locomotive Cranes. Contractor shall complete all applicable items according to instructions on form and T.O. 00-20D-1, Railroad Equipment Maintenance and Records Administration System. Upon completion of the daily inspection, the contractor shall perform operator maintenance service necessary to correct noted deficiencies, or will deadline the locomotive if major (depot) maintenance is required for safe operation to prevent damage. The contractor shall record all maintenance, inspections and servicing performed or required on all railway equipment on AF Form 2074, Daily Assignment Worksheet for Locomotives and Locomotive Cranes, in accordance with T.O. 45A2-1-101, General Operation and Maintenance of Air Force Locomotive and Locomotive Cranes. The contractor shall perform scheduled 30-day maintenance/inspection requirements using DD Form 863, Monthly and Semi-Annual Inspection Worksheets for Diesel Electric Locomotives, and complete all applicable items according to instructions on the form and T.O. 00-20D-1. The contractor shall perform all quarterly and semi-annual maintenance/inspection requirements in accordance with T.O. 00-20D-1, using FRA F6180–49A (3-85) 92-Day Locomotive Inspection and Repair Record. The contractor shall perform all unscheduled maintenance repairs. The contractor shall perform annual winterization on locomotives as identified in Operation and Maintenance Manual 3508 Industrial Engines. The contractor shall load/off-load locomotive(s) from railcars in the event it becomes necessary. The Government will furnish a special car for this purpose. The process takes approximately 4 to 6 hours and does not require block or bracing. Tie-down materials and loading/off loading ramps are furnished with the car. The contractor shall clean interior and exterior of assigned locomotive equipment. Wash, wax and polish the locomotive as necessary, but at least quarterly to prevent oxidation of paint. Inspection of Railway. The contractor shall visually inspect tracks, roadbeds, switches, signals and crossings for obstructions, clearances and possible vandalism. Operations shall not be conducted over railway tracks which have deteriorated to an unsafe condition or which have been tampered with. The contractor shall be responsible for reimbursing the Government for all expenses incurred due to derailment, clean-up operations resulting from Petroleum, Oil and Lubricants (POL), other chemical or hazardous material spills. The contractor shall not be liable if the derailment was beyond the control of the contractor or if the spillage was due to defective tanks. Emergency Services. The contractor shall provide locomotive services for emergencies as required. Emergency services are defined as an unforeseeable occurrence, a sudden and urgent occasion(s) for action. These situations require quick action and sound judgment. (Examples are: Bomb threat, power outages, high winds or hurricane, earthquake, performance of services during crisis declared by National Command Authority (DODI 3020.37) or other contingency.) Upon notification by the QA Personnel or contracting officer, the contractor has 45 minutes to respond to emergencies. Emergency service(s) shall be paid under contract line item Emergency/Special Event Services as listed in the bid schedule. Special Events Services. Upon notification from the QA Personnel or Contracting Officer, the contractor shall provide all locomotive services for special events. Government-Furnished Property and Services General Information. The Government will provide the following facilities, equipment, materials, services, technical order, publications and forms. Government-Furnished Facilities. The Government will furnish the following facilities: Office space – 100SF, secure storage and working area - 300SF, in building 200B. Un-secure storage space and locomotive will be in the train barn, building 202. Parking is located in designated parking area for these facilities. All reasonable amounts of utilities to include, electric, water and sewer. Government-Furnished Equipment. The Government will provide the equipment in Appendix 5.5. to be utilized in the performance of this contract. Equipment Accountability. The contractor shall be liable for loss or damage to Government-furnished equipment beyond fair wear and tear in accordance with the Government furnished equipment clause. Government-Furnished Materials. The Government will furnish an initial inventory of materials (approximately a 30-day stock level). Government-Furnished Services. Telephone Services. Use of Government supplied phone is provided solely for official government business and shall not be used to transact personal business by contractor or his employees. The contractor shall contact the QA Personnel for repair service. The Government will not be responsible for charges for long distance telephone calls made or accepted by contractor personnel. Telephone services will be subject to the standard monitoring requirements of the Government telephone network. Installation Distribution. The contractor may use the Base Information Transfer System (BITS) to send mail on base. Refuse Collection. The contractor may use existing dumpsters. Government-Furnished Diesel Fuel. The government will furnish diesel fuel in a Government diesel fuel truck. The contractor shall pump fuel into the locomotives. Reimbursable Items. The contractor shall bill for reimbursable materials and parts each month. The billing shall be supported by an itemized list of all reimbursable materials and parts for minor repairs: showing the item, the number, unit cost and total cost, for each item. The contractor shall maintain original delivery tickets, sales slips and any other documents identifying items purchased under the cost reimbursement portion of this contract. All purchase documents shall be available for QA Personnel or Contracting Officer review and audit. Duplicate copies of these expenditures shall be attached to the monthly invoice sent to the contracting officer. Purchase invoices shall be validated and signed by the QA Personnel before submission for payment. Government will reimburse the contractor for all cost upon receipt of proper invoice and attached QA validated receipts. Non-Reimbursable Items. The contractor shall not be reimbursed for normal cost of doing business. This includes, but is not limited to, personnel, administrative costs, soap or wax to maintain locomotive appearance, contractor owned equipment, and any item determined by the contracting officer. Estimated Workload SERVICE YEARLY AVERAGE MONTHLYAVERAGE Daily Inspections of Locomotives 240 inspections 20 inspections Contact CSX Office for Information 480 contacts 40 contacts Maintain Records 240 hours 20 hours Minor Maintenance Repairs 480 hours 40 hours Perform 30 Day Inspections 12 inspections 1 inspection Perform Semi-Annual Inspection 2 inspections N/A Pump diesel fuel into locomotives 6 times - 90 minutes each N/A Tank car switches in pit 156 switches 13 switches Tank car transportation 773 cars 64 cars Perform 92 Day Inspections 4 inspections N/A Cleans interior and exterior of locomotives 4 times N/A Government Furnished Equipment TYPE OF EQUIPMENT QTY IDENTIFICATION LOCATION BLDG GE 80 Ton Diesel Locomotive 2 2210 00 804 36141644/1671 202 BLH 60 Ton Diesel Locomotive 1 2210 22 112 8496 202 Flat Car 1 Nylon Tool Chest Cover 1 Werner 6’ Fiberglass Ladder 1 Werner 4’ Wooden Ladder 1 Aluminum Step Ladder 40” 1 202 150’ Garden Hose 1 Hose Reel 1 Shovel 2 Rake 1 Air Driven Pump 2 202 Craftsman 20 gal Air Compressor 1 202 50’ Air Hose 1 36 Volt Battery Charger 1 Cord Reel Work Light 1 Tennsco 3’ X 3’ Supply Cabinet 1 Sand Bags 100 8105 00 835 9345 Bucket 2 Steam Pressure Washer 1 202 20 Gal Drum with Stand 1 55 Gallon Drum 1 80 Gallon Drum 1 Cart 1 Spill Grates 3 202 High Voltage Engine Heat Cords 3 Metal Flammable Storage Locker 1 Metal Shelving Unit 4 2 in 2022 in 200B 100’ Extension Cord 1 Grease Gun 1 200B Metal Desk 1 Composite Desk 1 200B Desk Side Extension 1 200B Computer Desk with Hutch 1 200B Credenza 1 200B File Cabinet, 2 Drawer 2 200B Small Cabinet 1 Typewriter Table 1 200B Dell Computer 2 200B Dell Monitor 1 200B Mag Monitor 1 200B HP Laser Printer 1 200B HP FAX Machine 1 200B Office Chair 6 200B Desk Telephone 3 200B Panasonic Cordless Telephone 1 Motorola Cell Phone 1 Wall Clock 1 Power Strip 4 Waste Can 2 In/Out Tray 1 EF Johnson Handheld Radio 4 200B Johnson Battery Charger 2 200B Motorola Battery 2 200B David Clark Headset 3 3” binder 1 200B 2” Binder 3 200B 3” Legal Binder 1 200B Claw Hammer 1 200B 10 Piece Set Screwdriver 2 200B Gibson Refrigerator 1 200B Amana Microwave 1 200B 6” Bench Vise 1 200B 6” Electric Buffer/Polisher 1 12” Oscillating Fan 1 16” Fan 1 Wooden Work Bench 1 Wooden Personnel Locker 1 200B File Cabinet, 5 Drawer 1 Mop 1 Bucket 1 Dust Mop 1 Push Broom 1 Ball Peen Hammer 1 200B Sledge Hammer 1 200B Rerailer 2 200B Bar Breaker, ½” 1 200B Bar Breaker, 1” 1 200B Cables, Plug in Engine Heater 2 202 Extension Cord, 50 ft 1 200B Grinder, Bench 8”, 3/4hp w/Light 1 Collins Model TG14068 200B Hacksaw 1 200B Hammer, 3 pound 1 200B Magnetic Tool Retriever 1 200B Mallet, Rubber 1 200B Mallet, Rubber 1 200B Pump, Lubricant, air powered 1 202 Pump, Submersible 1 Zoeller 110V 200 Snap On Tool Box with Tools 1 200B The following items are located in the Snap On Tool Box Cutter, wire, small 1 Pliers, assorted 6 Socket set, Ό” 1 Socket set, 3/8” 1 Socket set, ½” 1 Socket set, 1” 1 Socket drives, crank type, 3/8” 1 Tool Box, Plastic, step on 1 Tool, Brake, Adjustment 1 Vise, Benc, 6” 1 Vise Grips, Large 1 Vise Grips, Small 1 Wrench, Crescent, 8” 1 Wrench, Crescent, 12” 1 Wrench, Crescent, 15” 1 Wrench, Pipe, 10” 1 Wrench, Pipe, 24” 1 Wrenches, open end & box end, under 1” assorted 10 Wrenches, open end & box end, over 1” assorted 10 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JAN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-FEB-2006, 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.fbo.gov/spg/USAF/ACC/20CONS/FA4803-RFI-Railroad06/listing.html)
 
Place of Performance
Address: Shaw AFB SC
Zip Code: 29152
Country: United States
 
Record
SN00990261-F 20060218/060216215410 (fbodaily.com)
 
Source
FedBizOpps 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.