Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
MODIFICATION

22 -- Yard Switcher Locomotive

Notice Date
3/23/2012
 
Notice Type
Modification/Amendment
 
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
DTRT57-12-R-20007
 
Archive Date
4/18/2012
 
Point of Contact
Donald MacGee, Phone: 6174942803, Bonnie Murray, CTR, Phone: 6174942574
 
E-Mail Address
Donald.MacGee@dot.gov, bonnie.murray.ctr@dot.gov
(Donald.MacGee@dot.gov, bonnie.murray.ctr@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
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. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. DTRT57-12-R-20007 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items and Part 15, Contracting by Negotiation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 dated 2 February 2012. The NAICS Code is 336510, Railroad Rolling Stock Manufacturing, for which 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, is seeking to acquire one (1) new Yard Switcher GenSet Locomotive with options for an additional locomotive, snowplow hardware, technical training and technical support. The requirements for this locomotive are described in detail in the below Statement of Work (SOW). The Government intends to award one Firm Fixed Price Contract and to solicit as a 100% small business set-aside. The Government is not offering commercial contract financing terms in accordance with FAR 32 for this acquisition. Contract Line Items are as follows: CLIN 0001, Yard Switcher Locomotive - for Crane Naval Facility, Indiana in accordance with SOW, 1 ea., Not separately priced (NSP); CLIN 0001AA, The contractor shall manufacture a Yard Switcher Locomotive in accordance with the SOW, 1 ea., Unit Price $___________, Total Price $___________ CLIN 0001AB, Delivery Charge to Crane Naval Facility, Indiana, 1 ea., Unit Price $___________, Total Price $________ CLIN 0001 Total Price $___________ CLIN 0002, OPTION Hardware, The contractor shall provide Snowplows in support of CLIN 0001, one front and one rear, in accordance with the SOW, 1 pr. Unit Price $__________, Total Price $__________ CLIN 0003, OPTION Yard Switcher Locomotive - for Crane Naval Facility, Indiana IAW SOW, 1 ea. NSP CLIN 0003AA, OPTION The contractor shall manufacture a Yard Switcher Locomotive in accordance with the SOW, 1 ea. Unit Price $_________, Total Price $_________. CLIN 0003AB, OPTION Delivery Charge to Crane Naval Facility, Indiana, 1 ea., Unit Price $_________, Total Price $_________ CLIN 0003 Total Price $__________ CLIN 0004, OPTION Hardware, The contractor shall provide Snowplows in support of CLIN 0003, one front and one rear, in accordance with the SOW, 1 pr. Unit Price $__________, Total Price $__________ CLIN 0005, OPTION The contractor shall provide Additional Technical Training to be delivered at the Crane Naval Facility, Indiana, in accordance with the SOW, 1 ea. Unit Price $___________, Total Price $___________ CLIN 0006, OPTION The contractor shall provide Additional Technical Support to be delivered to the Crane Naval Facility, Indiana, in accordance with the SOW, 1 ea., Unit Price $___________, Total Price $___________ CLINS 0001-0006; Total Price $___________ The period of performance for this contract will be as follows: CLINs PERIOD OF PERFORMANCE 0001 From date of award thru 365 calendar days thereafter. Early delivery is desirable. 0002 (Option) If exercised, from date of exercise thru 365 calendar days thereafter. Early delivery is desirable. 0003 & 0004 (Options) If exercised, from date of exercise thru 365 calendar days thereafter. Early delivery is desirable. 0005 & 0006 (Options) If exercised, from date of exercise thru 24 months thereafter Contract Clauses: FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) is hereby incorporated by reference. 52.212-4 Addendum: The following contract clauses are incorporated by reference and will be included in the awarded contract: FAR 52.204-4, Printed or Copied Double Sided on Postconsumer Fiber Content (May 2011); FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item (Mar 1989) (The Contracting Officer may exercise the options by written notice to the Contractor as follows: CLIN 0002: Option may be exercised at contract award or within 12 months of contract award; CLINs 0003 & 0004: Options may be exercised at contract award or within 12 months of contract award CLINs 0005 & 0006: Options may be exercised at contract award or within 12 months of contract award); and FAR 52.227-14, Rights in Data - General (Dec 2007). Transportation Acquisition Regulation (TAR) 1252.223-73, Seat Belt Use Policies and Programs (Apr 2005) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (Feb 2012) is hereby incorporated by reference. Additional clauses cited in 52.212-5 para. (b) that apply to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161); 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)); 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.); 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) ; 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) Contract Documents: Statement of Work (Start) U.S. Navy Yard Switcher GenSet Locomotive Statement of Work Description This Statement of Work (SOW) specifies the manufacture and delivery of one new yard-switcher locomotive with Tier II/III, ultra-low emission certified diesel engines and a complete range of technical data, materials, and equipment necessary to ensure long term compliance, operations, support, and maintenance for the locomotive. The term "GenSet " as referred to in this specification means that the locomotive's traction motors are powered directly from the engine-generator sets. The yard switcher locomotive required for this solicitation shall meet requirements within this Statement of Work. The design shall be such that for relatively light loads only one engine-generator set will operate, as the load increases another engine-generator set will operate to provide additional power. The locomotive shall remain operable with one engine-generator set in the event of the other engine-generator set not functioning or removed from the locomotive for service, repair, etc. This Statement of Work calls for the quantity of one locomotive, transportation and delivery of the locomotive, and documentation and training described herein as the base item. It also includes options for an additional locomotive, additional technical training and additional technical field support, and snow plow options. The delivery destination for the locomotive is Crane U.S. Navy Facility, Indiana. Compliance The GenSet locomotive must satisfy the following: a. Association of American Railroads (AAR) Manual of Standards and Recommended Practices Section-M, Locomotive and Locomotive Equipment b. AAR Interchange Rules c. The Official Railway Equipment Register d. Code of Federal Regulations (CFR) Title 49, Part 229 Railroad Locomotive Safety Standards e. American Society of Mechanical Engineers (ASME), Boiler and Pressure Code Section IX, Welding Qualifications f. American Welding Society (AWS), D15.1 - Railroad Welding Specification g. American Iron and Steel Institute (AISI) Standards Order of precedence for SOW requirements In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. Locomotive Minimum Requirements General Configuration Requirements a. Model Type: New, 4-axle, two-engine GenSet yard-switcher locomotive with a combined continuous horsepower rating of at least 1,400 horsepower (1,044 kilowatts). Not to exceed 280,000 pounds (127 metric tons). b. Overspeed set at 20-mph (32 km/h) with signage indicating this in the cab c. Steel fabricated cab and hood on new frame d. Switching locomotive, rear cab, long nose/short hood configuration e. Remote control capable: Control Chief remote control system with locomotive remote system mounting brackets. Remote system shall nullify locomotive auto-start feature during use. f. Emissions - Qualified as an Ultra-low Emitting Locomotive (ULEL) by the California Air Resources Board (CARB). In compliance with Environmental Protection Agency (EPA) Tier-II Locomotive Standards (CFR Part 92) and Tier III Non-road Compression Engine Standards (CFR Part 89) g. AAR Standard, alignment control type (self-aligning), type E or F shelf couplers, on both ends, top operated as outlined in rule 18 h. 390/391 series draft gears or similar, approved for yard-switcher locomotive i. Heated automatic drain valves on bottom of drain on primary air system along with a manual drain j. Height cannot exceed 15-ft. 5-in. (4.7 meters). Width cannot exceed 10-ft. 8-in.(3.25 meters) Length cannot exceed 56-ft. 2-in. (17.1 meters). k. Capable to safely and efficiently maneuver 190-ft radius, 30 degree curve track coupled to 50 ft. (15.24 meter) boxcar l. Operable/automatic sanders for wheel adhesion in direction of travel m. Contractor shall provide maintenance item consumables and spare parts for locomotive for the proper operation for one year of operating service after locomotive delivery to final destination. This does not include fuel and lube oil. n. Contractor shall provide locomotive operator and maintenance training at location of delivery. Training requirements include hands-on operations with on-site personnel within ten (10) days following delivery of the locomotive o. Under normal service arrangements, locomotive with more than one GenSet shall have the ability to remove one engine-generator set and return the locomotive to service (minus one GenSet) within one workday p. Fuel tanks to meet or exceed AAR S-5506 q. Crashworthiness cab design with anti-climbers per AAR Rules and Regulations r. All door hinges shall be properly installed and designed for error free operation for the life of the locomotive. s. Standard North American railway track gage, 56½ inches (143.5 cm). t. Contractor is responsible for delivery of locomotive including Universal Machine Language Equipment Register (UMLER) registration and Automatic Equipment Identification (AEI) tag programming. Air and Brakes a. Basic duplex air end connection with brake pipe located on right hand side of coupler when facing end plate (both ends) b. Non-vented angle cocks (engineers side only) c. New brake rigging with single shoe design or double acting clasp design d. New composition brake shoes (if brake shoes are worn more than 50% during transport to final destination a complete set of new brake shoes must be delivered) e. Emergency brake valve located in cab. Hand brake auto set capable from ground via push button and handle outside of cab. f. Automatic and independent brake vented to atmosphere below the cab floor g. Emergency brake valve located in cab that can be monitored to check for initiation by crew members h. Immediate pneumatic knockdown to idle i. Independent brake valve control pressure set to 45 psi (310.26 kilopascal) and brake cylinder valve control pressure set for 72 psi (496.42 kilopascal). j. New York Air Brake (NYAB) CCB26, or equivalent, electronic air brake system with self test feature and fault tracing capability and compatible with the 26L air brake schedule Cab a. Cab heater and air conditioning with enough heating capacity and enough cooling capacity to provide comfort in the general operating locations year round with additional heaters to provide operator comfort in cold climates (two stand-up type blower heaters, one on engineer's side and one located on brakeman's side of the cab in addition to standard sidewall heaters). b. Federal Railroad Administration (FRA) card holders (for Blue card and Daily card) c. Window awnings and wind deflectors (two) and padded sun visors d. 110V - 115V AC, 60 hertz outlet located in cab e. Window wiper motors and blades on all four corners of cab f. AAR 105 standard Control Stand operating console g. 12-volt power outlet mounted on top of control stand h. Cab noise shall conform to CFR-49 sect. 229.121 i. High impact window glazing to comply with CFR-49 section 223 j. One operator seat and two sidewall mounted helper seats slide mounted in yard switcher locomotive k. AAR Clean Cab, cab door cushion pads, door closure bars, flexible hinge guards, etc. per AAR l. Non-skid flooring shall be applied on floor m. New insulation applied under floor n. Cab lighting to provide sufficient illumination for all control instruments, meters, and gauges to enable the engine crew to make accurate readings from their normal positions in the cab. Cab lighting shall conform to 49CFR 229.127 o. Cab mounted First Aid kit and Fire Extinguisher (see Other Provisions) p. Doors shall be equipped with interior deadbolt locks. The front door shall be equipped with an exterior slide lock with four (4) matching keys Electrical/Electronics a. Automatic ground relay system (fault history capable) b. Quick start / acceleration improvement feature c. All circuits tested for continuity and load capacity d. Locomotive shall be equipped with a working event recorder and non-resettable duty cycle recorder that meet current crashworthiness standards. Non-resettable duty cycle hour meter shall offer the following function, Notch Location (Idle and positions 1-8) and Total Hours per notch location). All software required to download history data and cables required to interface are also required e. Locomotive shall be equipped with a speed indicator which is accurate to within +/- 3 miles per hour (MPH) (4.8 kmh) for speeds of 10 to 30 MPH (16 to 48 kmh). Speed indicators must be clearly readable from the operator's normal position under all lighting conditions f. Comply with AAR S-5502, Automatic Engine Start/Stop System with manual override capability. g. Minimum of 400-watt 74-volt to 12-volt DC/DC converter for ancillary equipment h. Alerter compatible with speed indicator and event recorder i. Event recorder must indicate penalty brake application j. New batteries k. New wiring and cabling insulated and approved per AAR l. Locomotive shall be pre-wired including antennas for console mounted programmable radios with handset holder (radio make and model to be identified after contract award) m. There shall be on-board provisions for connecting a laptop computer to monitor as many system parameters and fault data as practical. The software and cables required for this shall be included n. Roof mounted alerting strobe light (Amber Color) near front center such that it can be seen at a height of 5-feet (1.52 meters) above rail 10-feet (3 meters) away from the front and sides of the locomotive. May require two. o. Locomotive shall be equipped with operative crossing bell and horn in compliance with CFR49 Part 229.129 p. Active ditch lights that automatically flash when crossings are approached in accordance with CFR Title 49 section 229.125. The flashing shall be capable of manual activation or deactivation by the locomotive operator q. New electrical cabinets with weather seals and ventilation as required r. External electrical cabinets are to have a means for water drainage in the event that the door seals/gaskets fail to resist water penetration s. All doors and cover plates guarding high voltage equipment shall be marked "Danger High Voltage" or "Danger" t. Grounding lug easily accessible during refueling operations u. All wires, cables, terminal strips, breakers and switches to be clearly identified and labeled and referenced in appropriate schematics v. Two headlights provided at both ends of the locomotive w. Illuminated number lights at both ends of the locomotive Multiple Unit Operation a. Locomotive shall be wired to AAR standard 27-wire train line, basic AAR pin arrangement, and be ready for Multi-Unit (MU) Operation with other locomotive similarly configured and equipped with MU operation. 27-pin receptacles shall be located on both ends of the locomotive. Dummy receptacles shall be placed on the opposite side of the working 27-pin receptacles b. MU jumper cable shall be supplied (two per locomotive) c. Air compressor synchronized when in Multiple Unit operation Wheels and Traction a. Microprocessor controlled wheel slip protection and traction control b. Individual traction motor isolation/cut-out c. New, 40-inch (101.6 cm) diameter, multi-wear type cast steel wheels d. Wheel sets shall conform to 49CFR 229.73 e. Cooling system for traction system shall be supported with documentation that includes all parts with corresponding part numbers f. D77/D78 or equivalent traction motors (four required on four-axle locomotive) with new support bearing seal rings g. Gear Ratio 62:15 h. Gear case halves shall be fastened together by a means that does not require special tooling to split the case halves if required Prime Mover(s) a. Diesel engine-generator sets with the structural integrity appropriate for locomotive switching operations and sized to achieve continuous locomotive power required and also meet the environmental constraints listed herein b. Main engines in locomotive shall be model QSK manufactured by Cummins Inc. c. Built-in engine protectors (voltage, frequency, current, temperatures, oil, and coolant) with auto shutdown and audible alarm feature d. Provide the ability of GenSet removal and replacement with a suitably sized and equipped fork-lift truck Fuel Tanks a. Highly recommended to be of high impact resistant design which meets or exceeds current AAR Manual of Standards and Recommended Practices (S-5506) b. Snyder, or equivalent, fuel fitting on filler pipe located on both sides of tank c. Fuel level sight glasses, in addition to electronic gauges, with new gasket material shall be located on both sides of the fuel tank Special Tools and Procedures a. The contractor shall identify Test, Measurement and Diagnostic Equipment (TMDE) that will insure the ability of the locomotive to perform to the maximum extent practicable. Maintenance concepts shall include optimum use of accurate on-board diagnostic capability to include Built-in Test (BIT)/Built-in Test Equipment (BITE) to the maximum extent possible. The contractor shall maximize the use of embedded BIT/BITE dialogistic capability, fully document and support embedded systems and software; software shall not contain proprietary restrictions b. All special cabling and connectors for downloading diagnostic results including passwords for obtaining rights to access self-diagnostic software shall be presented during training c. Any tests associated with the mechanical or electrical aspects of the locomotive shall be clearly defined including all tools required to perform the tests. d. Tools that are unique to this type of locomotive and are required to perform maintenance shall be delivered with the locomotive e. Basic Items such as filters and tools required to perform regular maintenance shall be identified with part numbers and tracked in appropriate documentation f. Any software required to perform maintenance shall be provided g. The blue cab card will denote: "Event Recorder Equipped" and "Locomotive Handbrake Tested, Inspected and Lubricated at Annual Inspection" per Requirements of 49CFR 232.105(c)" Other Provisions a. Contractor payment shall be made for items accepted by the Government that have been delivered to the delivery destination set forth in this contract. b. Contractor shall mount one Manufacturer's Builder data plate on the right front side sill of the locomotive with the following data: 1. Unit number 2. Model 3. Serial number 4. Build Date 5. Engine type 6. Horsepower 7. Gross Weight on rail 8. Manufacturer 9. Customer 10. Contract number 11. Contractor c. Two (2) 20-lb. (9 kg) BC-type fire extinguishers shall be provided (one cab mounted and one engine room mounted) d. One first-aid kit including items for treating minor injuries shall be mounted in the cab e. One cab mounted flare box f. Hand railings provided on all exterior walkways. Throughways shall have chains with breakaway links installed g. The contractor will register (including fees) the locomotive in the AAR UMLER System for interchange movements and ownership. AEI tags shall be programmed with correct road numbers. Two copies of the registration will be provided to the Volpe Center prior to transporting the railcars to destinations. h. The Contractor shall provide commercial off the shelf (COTS) original equipment manuals (OEM) for all major components and subassemblies including but not limited to engines, motors, compressors, HVAC, and generators. Training The contractor shall provide on-site operator training, hands-on maintenance and service and troubleshooting training following the delivery of the locomotive to the destination. Two sets of special tools per locomotive including software required to perform all maintenance functions will be provided during training, technical manuals and other applicable documents used to identify parts and service manuals required to perform maintenance shall be utilized during the training activities. Training shall take place within 10 calendar days following locomotive delivery. Training tools, manuals, and software are required for each locomotive delivered. Painting and Stenciling on all Locomotive Contractor shall follow AAR Requirements for surfaces that are not to be painted. Ferrous metal surfaces to be painted shall be cleaned by sandblasting, commercial grade grit blasting, or mechanical or chemical means to remove all existing loose paint or other materials. Ferrous surfaces requiring finish painting shall be primed with one coat of rust inhibiting high solids, low volatile organic compound (VOC) urethane compatible primer. Dry film thickness to be in accordance with the paint manufacturer's instructions. Finish paint shall be two coats dry film thickness of each coat to be 1.2 to 1.8 mils. (0.03 to 0.046 mm). Paint thickness shall be 4-mil (0.1 mm) minimum dry thickness combined primer and topcoat or in accordance with the paint manufacturer's instructions. The paint system compliant status total volatile organic compounds (VOC) shall be less than 3.5-lbs/gal (0.419 kg/liter). Paint Specifications for Locomotive, shall conform to AAR Standard M-1001 Section C, Part II, Section 5.2. Paint Classification: Polyurethane Substrate: Primed Steel Pre-treatment: Sandblasted Federal Color Standard (595B): White # 17925 Black # 17038 Yellow # 13538 Red # 11105 Application to Locomotive: a) Locomotive body: Yellow b) Underframe: Black c) Handrails and steps: Black d) Trucks: Black e) Cab interior: Manufacturer's beige, gray or tan enamel f) Stenciling: Black locomotive prefix (USN) and the road numbers located below USN stencil on cab. Black (United States Navy) to be located on both sides of low hood configuration (no smaller than 9-inch tall lettering equally spaced). Black for all other stenciling required by AAR. a. Locomotive numbers to be determined at a later date g) Chevron striping on front (angled 45-degree, upward toward the center) 6-inch (15 cm) black and yellow stripes equally spaced. h) Locomotive Identification shall comply with 49 CFR section 229.11. Additional markings shall be in accordance with AAR Section L- Lettering and Marking of Cars, as applicable. Adhesive backed film markings must be applied at surface temperatures between 40 and 100-degrees Fahrenheit (4 0C and 37.8 0C). Grab irons, uncoupling levers, and sill steps shall be painted safety yellow. Only component supplier will paint telescoping portions of uncoupling lever. Locomotive shall comply with Reflectorization Rules, 49 CFR Section 224. Documentation The Contractor shall provide parts manuals, service manuals and operator's manuals that meet the requirements described below as a minimum. Parts/Service Manual The locomotive parts/service manual shall be designed to provide quick access to information for the experienced and novice user. The parts/service manual will provide parts pages and component illustration pages and shall provide a description for all mechanical assemblies and all special tools required to perform repairs if failure occurs. Safety will be announced in appropriate areas. This description shall describe and illustrate the assembly and/or subassemblies contained in all main assemblies. The subassemblies will be illustrated in exploded view style and the breakout of parts will be cross-referenced by item number to provide identification by name and part number and quantity required. The part number is the manufacturer's number for the component. This manual will also contain a description and tools required for the removal/replacement of each engine-generator. Manual quantities are described in the following Sections. Operator's Procedure Manual The Contractor shall supply a stand- alone Operator's Procedure Manual. The GenSet locomotive operator's Procedure Manual will contain a step-by-step process for starting and shutting down the locomotive for all conditions (cold start, short downtime, limiting the number of GenSets to operate, etc.). This shall include all safety warnings and safety related operations. This Operator's Manual shall also identify the limitations (time, amperages, temperatures, etc.) for when the locomotive is operating with one or two GenSets physically removed from service. Manual quantities are described in the following sections. Documentation Package Technical data descriptions used to describe parts, assemblies and equipment shall consist of data such as specifications, standards, drawings, photographs, sketches, and descriptions, and the necessary assembly and general arrangement drawings, etc. required to indicate the physical characteristics, location, and function of the item. The complete documentation package consists of the following: a. Locomotive dimensions and capacities b. Component (part) identification c. Maintenance Manual (including troubleshooting guide) d. Operator's Procedure Manual (described above) e. Parts/Service Manual (described above) f. Lubrication Orders g. Electrical schematics and wiring diagrams h. Diagrams of all water, fuel, air, lube and fire suppression systems. i. All certifications, tests, repairs and inspections j. Safety Certification Form (See SOW Attachment A, Safety Certification for Locomotive) k. Manufacturer's Parts catalog (with pricing index if available) (Note: all electronically formatted documentation shall be compatible with Adobe Acrobat Reader and have the ability to be electronically reproduced for Government use.) Prior to Locomotive Delivery After contract award but not less than one (1) week prior to delivery of locomotive to destination, the contractor shall provide complete Documentation Packages (as described above) for the locomotive by road number per locomotive. Documentation Package quantities and locations are described below: a. One (1) CD-ROM copy and one (1) hard copy in binder form to the Volpe Center, Cambridge, MA b. One (1) CD-ROM copy and one (1) hard copy in binder form to the U.S. Navy (to be determined) c. One (1) CD-ROM copy and one (1) hard copy in binder form to the U.S. Navy (with delivery of locomotive) The contractor shall also provide to the Volpe Center, the U.S. Navy, and the U.S. Army Tank-automotive and Armaments Command AMSTA-LC-AF-IM, the authority to copy and distribute for their use, the documentation described herein.With Delivery of Locomotive Documentation Packages: One (1) CD-ROM copy and one (1) hard copy in binder form Front door lock keys (four per locomotive) Hoses, MU cables, etc. may be shipped separately from locomotive Inspection All manufacturing, inspection and tests must be conducted and documented by a shop which uses AAR approved practices and procedures and is recognized by the railroad industry. The contractor's facilities must be serviced by a railhead and be serviced by a recognized railroad. The facilities must also meet the Occupational Safety and Health Administration (OSHA) and EPA recognized standards. Each locomotive shall be certified in writing that each locomotive meets the specifications and minimum requirements of the specifications contained herein. The contractor is required to sign the Safety Certification form (attached). The Government reserves the right to inspect the locomotive prior to any re-work/repair work proposed. Inspections may occur at the location of the repair or manufacture. Final acceptance will take place at the destined U.S. Navy Facility. The Government shall verify specification compliance at the point of final acceptance. The following check list shall apply: Exterior a. General overall appearance is clean and structurally correct as originally designed b. Structural damage is nonexistent c. No evidence of locomotive body sag or twist d. Must be free from any corrosion or oxidation e. Must be properly stenciled according to AAR interchange rules f. Hood, doors and end arrangements conform to standards and operate properly Underframe a. The underframe shall be damage-free and structurally intact and have legible manufacturer's builder plates Couplers a. Check coupler castings and coupler pockets for repairs or cracks b. Check for proper height of coupler (34½ inches (87.6 cm) from top of rail to center) c. Check and measure coupler knuckle for operation and condition d. Check for self-aligning couplers Brakes a. Check air brake cylinders and valves b. Check reservoirs c. Check angle cocks, both A and B end d. Check all brake rigging e. Check hand brake for operation and correct application f. Check all safety hangers g. Check for correct AAR/DOT pneumatic piston travel h. Air brakes shall be tested and adjusted until satisfactory performance is obtained to comply with current AAR interchange Rules, AAR Field Manual, and 49 CFR 229 Safety Appliances a. Check for proper clearances and applications b. Check to ensure handholds and sill steps installed are secured properly c. Check Strobe light visibility d. Identify crashworthiness components Trucks a. Gear Ratios b. Wheel size c. Springs d. Wheels and tire defects per 49CFR 229.75 e. Trucks per 49CFR229.67 Cabs, floors and passageways a. Per 49CFR 229.119 Miscellaneous a. MU equipment b. Speed recorder c. Bell and horn d. Sanders e. Safety devices and markings including reflective tape f. Cooling system g. Protective devices h. Low voltage circuits and equipment i. Water tightness (including window seals) j. Communications equipment Contractor Requirements a. As a minimum, the contractor shall have the following facilities and capabilities: 1. Capable to receive total payment after a successful final inspection of the locomotive at the final destination 2. Personnel who have been trained and are technically qualified to manufacture these locomotive 3. Personnel who have been trained and are technically qualified to perform operation and maintenance training on these locomotive 4. Field services to include personnel who have been trained and are qualified to perform field repairs for the period when the warranty is in effect 5. Capability to sandblast locomotive in accordance with OSHA standards 6. Facility to paint locomotive in accordance with OSHA standards 7. Trackage leading to shops and connecting to a major railroad 8. Facilities required to fulfill the requirements of this contract 9. Familiar with AAR/FRA Rules, Standards and Recommended Practices 10. Facility to remove oil and fuel to meet OSHA standards 11. Proof of similar previous work performance 12. The capability of validating the accuracy and usability of all publication deliverables 13. Documented Quality Assurance process and inspections to ensure technical accuracy 14. Locomotive shall be moved over rail, not trucked 15. Capability to supply all required technical documentation including service manuals, parts lists and operating manuals for the locomotive 16. Facility capable of load testing for tractive effort b. Contractors shall notify the Volpe Center ten (10) days prior to any testing. c. Areas to be inspected for compliance with AAR Interchange and 49-CFR at locomotive's acceptance may include, but not be limited to the following 1. Start and check for leaks 2. Shutdown and check temperatures 3. Run in 2nd notch (loaded) for 30-minutes, shutdown and check temperatures 4. Run in 4th notch (loaded) for 30-minutes, shutdown and check temperatures 5. Run in 6th notch (loaded) for 30-minutes, shutdown and check temperatures 6. Run in 8th notch (loaded) for 30-minutes, periodically check temperatures 7. Locomotive shall operate for two hours performing the following: switching, hauling freight, setting out cars, picking up cars Spare Parts A one-year supply of spare parts as identified in the spare parts list shall be delivered with each locomotive and shall be inspected for completeness before acceptance. Warranty The warranty shall start on the same day the locomotive is accepted by the Volpe Center at the final destination. Standard commercial warranty shall apply. Option: Additional Technical Support CLIN 0006 This option shall include travel and labor coverage for field service personnel to perform repairs in the field up to two years following Government acceptance. This shall include a separate service trip. Parts shall be warranted for two years following Government acceptance. Option: Hardware CLINs 0002 and 0004 Snow plow(s), as built and designed for locomotive service. Locomotive snow plows shall be designed to be mounted on the front and rear of the locomotive without obstructing coupler operations. The snow plow is intended to be similar in design to General Motors Corporation, Electro-Motive Division EMD/GE Pilot Plow part number 8393800. The Government may purchase one front and one rear plow. Option: Additional Training CLIN 0005 The contractor shall train up to ten people at the contractor's facility on GenSet locomotive operation, maintenance and troubleshooting. This option is in addition to the training described in the Statement of Work for CLIN 0001. Training shall include classroom and hands-on activities. Training duration shall last long enough to fully cover the requirements. It will encompass all serviceable parts and highlight safety. It shall support the commercial technical manuals provided by subassembly component manufacturers. The Contractor shall supply hard copies of training manuals which consist of work books, part descriptions including part numbers, basic maintenance procedures, checklists and other pertinent information required to support and maintain the locomotive. Training shall consist of but not be limited to the following: a. Locomotive technology: 1. Operation and control including start-up/shut-down procedures 2. Car spotting 3. Pulling a consist 4. Multiple Unit operation (MU) 5. Tools required for servicing locomotive 6. Use and maintenance of auxiliary equipment b. Frame: 1. Description of new frame design and how it accommodates components including crashworthiness requirements c. Electronic Braking system: 1. Maintenance set up and overall operation 2. Testing and troubleshooting 3. Setting devices (regulator, pressure switches, valves, etc.) 4. Brake shoe inspection, replacement d. Engines: 1. Electronics: downloading electronic information and troubleshooting 2. Filling (oil, fuel, etc.) 3. Level checks (oil, fuel, etc.) 4. Oil pressure 5. Engine temperature 6. Checks and replacements of filters (air, fuel, oil, etc.) 7. Safety and inspection checks 8. Cooling system 9. Inspection and replacement of consumables 10. Fuel lines and water drain 11. Removal and replacement of a GenSet unit e. Air compressor: 1. Oil fill and level 2. Clean, replace filters 3. Draining of tanks and condensation separator f. Electronic equipment 1. Maintenance and troubleshooting 2. Fault indicators and diagnostics g. Regular inspections and general maintenance work 1. Type and quantities of lubricant, etc. 2. Intervals and scheduling 3. Horns, lights, wipers, etc. SOW Attachment A: Safety Certification for Locomotive I, (______________________________), certify that locomotive numbered Name, Under contract with the Volpe National Transportation Systems Center and delivered to the U.S. Navy by: _________________________________________ On ________________________ Company Name Dates of Manufacture Comply with all AAR, FRA and Title 49 CFR-Parts 229, 231, 232 Safety Requirements. ____________________________________ __________________ Signature Block Date Name: Title: Statement of Work (End) Solicitation Provisions: Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012) is hereby incorporated by reference. 52.212-1 Addenda: 1. Period for Acceptance of Offers: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. 2. The following provisions are incorporated by reference and will not be included in the awarded contract: FAR 52.209-7, Information Regarding Responsibility Matters (Feb 2012); FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award (Jun 1988) (End of Provision) All responsible sources may submit a proposal which shall be considered by the Agency. In addition to proposed pricing, offerors shall submit a written proposal which includes technical capability in sufficient detail to enable the Government to evaluate compliance with the requirements of the solicitation. The Government intends to award one contract without discussions and advises all Offerors to present their best prices in response to the solicitation. NOTE: All offerors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The offerors shall forward either an electronic copy of their proposal to email address Donald.MacGee@dot.gov or provide one (1) CD-ROM copy with their hardcopy proposal. The offerors shall submit four hardcopies (including the original) of their proposal, in binders, to the United States Department of Transportation, John A. Volpe National Transportation System Center, Attn: Don. MacGee, RVP-32, DTRT57-12-R-20007, 55 Broadway, Cambridge, MA 02142. All proposal submittals shall arrive no later than 2:00 P.M. Eastern Time, on 03 April 2012. The Government will not pay for any information received. Pricing: CLINs 0001 - 0006 Offerors are required to provide prices for CLINs 0001 thru 0006 by completing the fill-ins for the Unit Prices and Total Prices in the CLIN structure above. Technical Capability: Offerors shall submit the following information with their proposals: 1. One copy of all permits (State, local, EPA, etc.) and the AAR certifications for all shops that will be used for the manufacturing of the locomotive and components. The offeror's proposal shall include the following: a. Current Association of American Railroads (AAR) certification b. Environmental Protection Certificate for hazardous waste management c. Environmental Protection Air Quality permit. 2. Description of offeror's facility that includes the following: a. Offeror's facility shall be serviced by a railhead and be serviced by a recognized railroad. b. The facility shall meet the Occupational Safety and Health Administration (OSHA) and EPA recognized standards. c. The facility shall have the capability to sandblast and paint the locomotive, and to remove oil and fuel, all in accordance with OSHA standards. d. The facility shall be capable of load testing for tractive effort. 3. A Staffing Plan that describes: a. How the offeror intends to provide the appropriate staffing levels during the manufacturing process and the warranty period. b. The offeror shall provide a description of the labor categories and years of experience associated with field service personnel performing field repairs for the period when the warranty is in effect. 4. Specific delivery schedule for locomotive (CLIN 0001) 5. Description of the proposed locomotive that meets the following Locomotive Minimum Requirements as specified in the SOW (see above): a. Minimum Configuration Requirements b. Air and Brakes c. Cab d. Electrical/electronics e. Multiple Unit Operation f. Wheels and Traction g. Prime Mover(s) h. Fuel Tanks 6. Spare parts list - Spare parts are those items recommended by the offeror to be kept on hand for quick and immediate maintenance access. This list shall identify the parts and quantities required to support the locomotive for one-year of service following final acceptance. 7. Quality Assurance Plan - a. The offeror shall describe the procedures they will use to guarantee the quality assurance of the end product and the testing procedures and quality of their vendor's equipment and supplies. b. The offeror shall provide a description of the procedure they will use to guarantee their capability to supply all required technical documentation including service manuals, parts list and operating manuals for the locomotive. c. The offeror shall provide a description of the process in which they will validate the accuracy and usability of all publication deliverables. 8. Description of the standard commercial warranty. 9. Past Performance: The offeror will provide past performance information for two recent and relevant contracts for the same or similar items (i.e., contracts performed within the past three years (from the date of release of this synopsis/solicitation) for the same type and magnitude as described in the SOW). This information should include contract numbers, points of contact with telephone numbers, delivery date, a description of the product and other relevant information. Evaluation: Award will be made to the lowest priced, technically acceptable offeror IAW FAR 15.101-2, Lowest Price Technically Acceptable Source Selection Process. The Government reserves the right to award no contract depending on the quality of the proposals. Proposals shall include pricing and technical capability in a written proposal per Instructions to Offerors. The Government intends to award a single contract made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Government intends to award without discussions, but reserves the right to conduct discussions if in the best interest of the Government. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) a. The following factors shall be used to evaluate offers: (i) Technical Capability - The Government will evaluate the offeror's technical capability to satisfy the Yard Switcher GenSet Locomotive SOW and solicitation requirements. For the proposal to be technically acceptable, the Technical Capability factor must be rated as acceptable. The Technical Capability factor will result in one of the following evaluation ratings: a. Acceptable: Proposal clearly meets the minimum requirements of the solicitation b. Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation. Offeror must satisfy the proposal requirements in the Instructions to Offerors, Technical Capability, items 1 thru 9 (above) in order to be qualified as technically acceptable. If a proposal receives an "unacceptable" rating on the Technical Capability factor, the entire quote will receive an overall unacceptable rating, rendering it ineligible for award in the absence of discussions. Past Performance: As part of the technical capability, this criteria will assess the ability of the offeror to perform successfully upon an evaluation of its relevant past performance history on work of the type and complexity described in the SOW. The past performance will be evaluated on: i. Quality of Product/Service ii. Similarity of products manufactured to the proposed iii. Timeliness of Performance iv. Overall Satisfaction Rating Offerors without any record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance. (ii) Price Total Price - The Government will evaluate offers for award purposes by adding the offeror's proposed total price for the basic requirement (CLIN 0001) plus all proposed option total prices (CLINs 0002 thru 0006). b. 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 options. 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Representations and Certifications: All offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Feb 2012). The 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 the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) though (o) of this provision. ATTENTION: The following notice is provided for information purposes for Minority Women-owned, and Disadvantaged Business Enterprises. The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. The maximum line of credit is $750,000. with interest at the prime rate as published daily in the Wall Street Journal, plus 1.75 percent. For further information call 800-532-1169. Internet address http://osdbuweb.dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-R-20007/listing.html)
 
Record
SN02704847-W 20120325/120323235533-25916a338d59a1e719d43e5484657fc0 (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.