Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
SOLICITATION NOTICE

N -- In-Roadway Warning Light System for Highway-Rail Grade Crossing - 7th Street A-D Drawings - Instructions to Offerors - 7th Street Illustration of Project Site

Notice Date
6/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5717Q80086
 
Archive Date
8/31/2017
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - Illustration of Site Attachment 1 - Instructions to Offerors Attachment 3 - 7th Street Drawings 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. Solicitation No. DTRT5717Q80086 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-94, 2005-95, effective January 19, 2017. The NAICS Code is 335122; the Small Business size standard is 500 Employees. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, will be testing the effectiveness of adding in-roadway lights to traditional roadside flashing lights to warn drivers of approaching trains at railroad crossings, in accordance with the Statement of Work (SOW) below. Statement of Work (SOW) - Begin Background The Volpe Center has a requirement to evaluate the effectiveness of in-roadway lights to traditional roadside flashing lights to warn drivers of approaching trains at railroad grade crossings. The Volpe Center has selected a test site in Elk City, Oklahoma to install the lights and conduct the testing. The City of Elk City, Farmrail and the Volpe Center have all signed a Memorandum of Understanding, in which all parties agree to allow the Volpe Center to arrange for the acquisition and installation of an in-roadway warning light system, and to test its effectiveness at the East 7th Street grade crossing in Elk City. Requirements The contractor shall provide a system of in-roadway warning lights that will have the following characteristics: • The system shall consist of 9 high intensity red LED lights on each side of the tracks (18 total). East 7th Street is a 4 lane concrete road, so there will be one light fixture located on each roadway lane marking and one in the center of each lane. • Each light shall extend slightly above the road surface so that water, snow and sand do not obscure the lights. • The fixtures shall be snow plow resistant, and be designed in such a way that they do not damage snow plows, or be damaged by snow plows. • The lights shall be triggered by the existing grade crossing warning system. Farmrail, which operates and maintains the existing warning system, will provide the contractor with an attachment point on the MDR relay inside the signal box. The MDR relay is closed when the signals are active and open when they are not. The contractor must provide assurance that it will not back feed the relay as this can affect the functionality of the Farmrail safety equipment. • The in-roadway lights shall flash red for the first 3-5 seconds after the grade crossing warning system is activated, then remain steady red until the warning system is deactivated. • Farmrail will provide 120 volts Alternating Current (AC) power to operate the in-roadway lights. If the contractor wishes to use power from the Farmrail signal box, it needs to provide a separate breaker for the panel and separate surge suppression. • The in-roadway fixtures shall be powered by low-voltage Direct Current (DC). The contractor shall provide the electronics needed to transform the power and control from AC to DC the in-roadway lights. • The electronic equipment which controls the in-roadway lights shall be housed in its own weatherproof enclosure. This enclosure may be mounted on the side of the Farmrail signal box. The enclosure cannot be larger than 24 inches by 36 inches. • Farmrail requires contractors working on their property to be bonded and insured. • The contractor will need to revise the signal box engineering drawings by overlaying its changes to the provided original PDF drawings (attached). The contractor should use a Computer Aided Design (CAD) program to provide the overlaid changes and additions. Installation The contractor shall install the in-roadway light system at the test site in Elk City. The area of the roadway where the lights will be installed is owned by the city of Elk City, which has signed the agreement to allow for the installation of the light system. Farmrail will enable the contractor to utilize its conduit to run cabling beneath the tracks. There is no useable conduit beneath the tracks, so the contractor must trench at least 36 inches beneath the ties. Farmrail will provide replacement ballast to fill beneath the tracks. Attached is an illustration (Attachment 2) of the project site. Due to the angle of the tracks, it will be necessary to stagger the lights on the eastbound and westbound lanes. The low-voltage cabling for the in-roadway lights shall be installed at least 12 inches below grade inside rigid conduit to the roadway, where they can be transitioned to a sawcut in the concrete surface. The Volpe Center will coordinate a date (or range of dates) for installation with the city of Elk City and Farmrail. The Volpe Center will endeavor to arrange a date when the weather and temperature are suitable for installation. The contractor shall seal all cuts in the road surface with a permanent sealant that preserves the integrity of the road surface. Installation on the road shall be performed one lane at a time so that traffic can be routed around the installation. The contractor shall provide road cones and signage necessary to warn drivers of the lane closure and to route traffic around it. The contractor and all proposed subcontractors shall be properly licensed and meet all State and Local laws and regulations in the State of Oklahoma, necessary to perform all work described in this statement of work. Warranty For a period of one year following the completion of the installation of the in-roadway light system, the contractor shall repair or replace, at no additional cost, any and all components that fail to operate in accordance with this statement of work. Period of Performance The period of performance will be date of award through October 31, 2017. Place of performance All work shall be performed at the contractor's site or the test site located at East 7th Street grade crossing in Elk City, Oklahoma. Travel All travel performed under this contract shall be performed in accordance with Federal Travel Regulation (FTR). The actual costs for lodging, meals, and incidental expenses will be considered reasonable and allowable if they do not exceed the maximum per diem rates in effect at the time of travel as set forth in the FTR. In accordance with FAR Subpart 31.205-46, a written justification must be provided to the technical point of contact for amounts higher than the FTR maximum amounts. Travel will be reimbursed at actual costs (with a copy of the receipts for expenses) in the following categories: 1.) Airline Tickets (commercial rates) 2.) Hotel Expenses (Government rates unless pre-approved by the technical point of contact) 3.) All Other Modes of Transportation (Taxi receipts are not required if less than $75.00) Food and other miscellaneous expenses will be reimbursed at the prevailing FTR reimbursement rates. Statement of Work (SOW) - End REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation and the attached Wage Determinations. This notice is expected to result in a single award, subject to receipt of an acceptable proposal. Please provide a fixed price quote for each of the following CLINs: CLIN 0100 - Supply and Installation of In-Roadway Lighting System, in accordance with the Statement of Work to include Labor, Equipment and Materials, Qty: 1 EA $____________ CLIN 0200 - Travel, 1 EA, $________________ Total amount for CLINs 0100 - 0200 $________________ INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial Items - The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142. Award Criteria: See Instructions to Offerors (Attachment 1). The signed offer must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 6/19/2017 All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference Additional clauses cited in 52.212-5 that apply to this acquisition are: 52-209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 42.222-41, 52.222-50, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.232-33 and 52.232-40. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following FAR provision is incorporated by full text: FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (APR 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (APR 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 7 43 of Division E, Title VI I, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) FAR Clause 52.232-40 Providing Accelerated Payments to Small Business Subcontractors PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/95576fdb57252feee55330c468064656)
 
Record
SN04541782-W 20170614/170612235446-95576fdb57252feee55330c468064656 (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.