Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

22 -- THREE LOCOMOTIVES AND TEN BI-LEVEL PASSENGER CHOACHES

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336510 — Railroad Rolling Stock Manufacturing
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-10-R-20039
 
Point of Contact
Guy Hillman, Phone: 6174943401
 
E-Mail Address
Guy.Hillman@dot.gov
(Guy.Hillman@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation No.DTRT57-10-R-20039 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items, Part 13.5, Test Program for Certain Commercial Items and Part 15, Contracting by Negotiation. This solicitation document and incorporated clauses/provisions are those in effect through Federal Acquisition Circular 2005-44 dated July 8, 2010. The NAICS Code is 336510 and the Small Business size standard is 1,000 employees. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA intends to award one Firm Fixed-Price Contract. For basis of award rationale see FAR Clause 52.212-1 Evaluation-Commercial Items (Jan 1999) below. Proposals shall include technical information and pricing for the following items in a written proposal. The Government intends to award a contract for a total of up to 3 locomotives and 10 bi-level passenger coaches. Note: Offerors are required to provide a price for all CLINS (CLIN 0001 and 0002). CLIN 0001 one each train set consisting of three (3) locomotives and ten (10) bi-level passenger coaches (per Statement of Work) tiny_mce_marker____ Lot; CLIN 0002 Delivery of one train set consisting of three locomotives and ten (10) bi-level passenger coaches (per Statement of Work) to Fort Lee, Virginia tiny_mce_marker___ Lot; Grand Total (CLINS 0001-0002): tiny_mce_marker___. Statement of Work (Begin). This Statement of Work (SOW) specifies the procurement and delivery of one train set. The train set shall consist of three used diesel locomotives and ten used bi-level passenger coaches. The locomotives and passenger coaches required for this solicitation shall be used and in working/operating condition and must meet current Federal safety and operating standards and pass current Federal Railroad Administration (FRA) inspections. The train set shall operate between Fort Lee and Fort AP Hill in Virginia. Delivery will be to Fort Lee, Virginia. The train set must provide the following: The locomotives shall be similar and be of sufficient size to tow ten bi-level passenger coaches fully loaded plus one locomotive. The passenger coaches and locomotives must be clean and have a remaining life of at least ten years. Reference and Compliance All equipment whether rework was performed or not shall comply with all of the following documents: a) Association of American Railroads (AAR) Manual of Standards and Recommended Practices b) AAR Interchange Rules c) The Official Railway Equipment Register d) Code of Federal Regulations (CFR), Title 49, Transportation e) American Society of Mechanical Engineers (ASME), Boiler and Pressure Code Section IX, Welding Qualifications f) American Society for Testing and Materials (ASTM), A53 - Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless g) American Welding Society (AWS), D15.1 - Railroad Welding Specification h) AISI Standards Minimum Requirements Equipment Locomotives: • Locomotives must be less than 45 years old from original build date and remanufactured not longer than 20 years ago • Locomotives must be in working order and up to date with all safety appliances and standards • Locomotives must be equipped with AAR 105 control stands • Minimum size is GP39 or equivalent and able to perform the work required • Wheels shall have a minimum of 2-inches tread life remaining • Traction motors shall not have leaking seals • Fuel tanks must be free from leaks and fuel level gages must be in working condition • Prime mover and components under the hood shall be clean and free from oil and lubricants, including the floor and walls • Cab interior shall be clean and all glazing must be in accordance with governing standards • There shall be a diesel powered prime mover and an accompanying auxiliary diesel engine of sufficient size to provide hotel power to the ten passenger coaches • Locomotives shall be equipped with Kim Hot Starts or equivalent device to maintain oil and water temperature and main battery charge • Locomotives must be delivered with radios in working order Passenger Coaches: • The ten bi-level passenger coaches must meet current safety standards and include all documentation of ownership and any work / rework performed • There shall be a minimum of ten useful years of life remaining. • Coaches must be clean and have no torn seat covers or damaged flooring including stairs leading to upper level • Must have luggage racks • Must be originally designed for high platform rail line • Seatbacks must be reversible to allow for forward facing seating without turning the train around when heading in both directions • Brakes and brake components shall have no damage. Brake shoes must have at least 50% shoe life left at delivery • External walls must be free from dents and be clean with no or minimal signs of rust or oxidation • Doors must operate as originally designed and door seals shall show no signs of damage. Documentation and Spare Parts List All equipment shall include copies of inspections, history of ownership, schematics, operator's manuals and parts manuals and other pertinent information such as work or rework performed. A spare parts list shall be provided detailing recommended parts to retain for preventive maintenance and also include higher level parts that are required to provide continued maintenance support. Inspection Areas to be inspected for compliance with AAR Interchange and 49-CFR including requirements in this specification at time of train set's acceptance shall include, but not be limited to the following: airbrakes, water tightness, fuel tanks, interior, exterior, couplers, prime mover, wheels and axles, generators, air compressors, fan. Warranty All locomotives and passenger coaches shall be guaranteed to be free from parts failure for 90-days following delivery. Statement of Work (End). Solicitation provision FAR 52.212-1, Instruction to Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference; the offer must include a copy of the standard commercial warranty per FAR Clause 52.212-1(b) (5), Terms of any Express Warranty. Evaluation of Offers FAR 52.212-2. Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirements (SOW); Reference (FAR 52.212-2 (a) (4) The Offeror shall describe its approach to the requirements in the SOW so that it demonstrates its technical understanding and capability (10 pages or less, Times New Roman 12 font, double-spaced). ii) Price. Technical capability and price are of equal importance.(b) Options -N/A. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010), is hereby incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009), paragraph (u) is added to this clause as an addendum in order to incorporate the requirements of Department of Transportation Acquisition Policy Letter (APL) 2010-03, as follows: CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING (FEB 2010) a) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"---- (1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10) (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as--- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 20, 21, 22, 23, 24,25,30,31, 34, and 39. Offer is due to the U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Guy Hillman, RVP-32, 55 Broadway, Building 1, Room 1144, Cambridge, MA 02142 no later than 2:00 P.M. ET 30 Aug. 2010 ATTENTION: For Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small Business and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. For information concerning the acquisition, contact the contracting official above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-R-20039/listing.html)
 
Record
SN02245571-W 20100820/100818235727-d861b393d4c350327c8072bfbf68962f (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.