Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2004 FBO #0999
SOLICITATION NOTICE

22 -- ELECTRIC HYBRID SWITCHER LOCOMOTIVES

Notice Date
8/19/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-04-R-20061
 
Response Due
9/3/2004
 
Archive Date
12/31/2004
 
Point of Contact
Point of Contact - Guy Hillman, Contracting Officer, 617 494 3402
 
E-Mail Address
Email your questions to Contracting Officer
(hillman@volpe.dot.gov)
 
Description
NA 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; no written solicitation will be issued. Solicitation No. DTRS57-04-R-20008 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 13.5 and Part 15. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-24. The NAICS Code is 336510 and the Small Business size standard is 1,000 employees. The Government intends to award a Firm Fixed-Price Contract and to solicit and negotiate on full and open basis. Award will be made to the low cost technical acceptable offeror. Proposals shall include technical information and pricing for the following item in a written quotation: CLIN 0001 ? Up to 3 Electric Hybrid Switcher Locomotives EA $______ Total: $______; CLIN 0002A Delivery of one Electric Hybrid Locomotive to Fort Lewis, WA 1EA $ ______$______Total; CLIN 0002B Delivery of one Electric Hybrid Locomotive to the US Army Barstow, CA; 1 EA $_____?$______Total; CLIN 0002C Delivery of one Electric Hybrid Locomotive to the US Army at Sierra, CA 1EA $______ $______Total. The following are the specifications for this procurement. Specifications and General Requirements For Three Electric-Hybrid Switcher Locomotives 1. Compliance This procurement will consist of three commercial off-the-shelf e lectric-hybrid switcher locomotives with 2,000-HP equivalent tractive effort. It shall be verified that the product specified herein has been used and tested by major railroads and the U. S. military. This Request for Proposals is not intended to provide developmental costs, engineering costs or procedures to produce hybrid locomotives. For the purposes of this procurement, electric-hybrid means that tractive effort is provided entirely on battery power where the batteries in turn will be recharged by the engine generator set on an as needed basis only. There shall be no parallel hybrid-electric drivetrain configurations allowed. Locomotives with parallel hybrid-electric drivetrain configurations are considered as locomotives that obtain tractive effort from power delivered from an en gine generator set in combination with battery power for additional tractive effort. This requirement is due to the location, type of use, and environmental considerations where the locomotives will be operating. Electric-hybrid locomotives, due to their large bank of batteries, exhibit longer run times on battery power only (without the startup of the genset). This requirement is to provide safer conditions while operating in hazardous areas and as an environmental requirement for noise and emissions. The electric hybrid locomotives in this specification shall provide better fuel efficiency, less pollution and quieter operations when compared to parallel diesel-electric switcher locomotives in the 1,000 to 2,000 horsepower range. The typical values required in this specification are 80% or higher drop in NOX and particulate matter and 50% or higher drop in greenhouse gases. Any and all locomotive reconditioning must comply with all of the following documents: a) Association of American Railroads (AAR) Manual of Standards and Recommended Practices b) AAR Interchange Rules 2003 edition 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) American Iron and Steel (AISI) Standards i) Inter national Organization for Standardization (ISO) 9001 and 12th cycle (9002) j) Institute of Electrical and Electronics Engineers (IEEE) Association Standards k) National Fire Protection Association (NFPA) Standards 2. Order of precedence 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. 3. Minimum General Requirements Locomotive equivalent traction H.P Rating 2,000 HP Genset Diesel Engine 4-cycle industrial diesel engine that meets or exceeds EPA Tier-II certification standards Cab noise levels With the generator set powered-up and the locomotive traveling at a sp eed of not less than 5 MPH, with no load, the cab noise level shall not exceed 70-dBA. This exceeds the levels indicated in CFR-49 sect. 229.121. Batteries New, lead acid, recyclable Starting tractive effort Able to reach 75,000 pounds to 5 mph Wiring All rewiring must be new Air Compressor: 100 CFM @ 140 psi minimum Traction Motors Four (4) each D-77 or D-78 new or remanufactured / reconditioned Traction motor blowers Provide cooling air for traction motors Journal Bearings Type - Roller, size: 6? inches x 12 inches (165 mm x 305 mm) new or re-manufactured Wheels Four (4) pair 40 inches diameter Multi-Wear Type, class B or C. Re-qualified axles are acceptable. Qualified multi-wear wheels are acceptable if they have two-inches of usable tread remaining Draft Gear Type M-381 or M-390-391 Rubber or equal Coupler AAR Standard, Type E or F, Top Operated as outlined in rule 18 Air Brake Schedule 26 L MU Capable Standard 27-pin configuration Wheel slip Individual axle control 4. Dimensions and Weight Locomotive Fully Loaded Not to exceed 283,000 lbs. Clearance diagram Plate ?C? 5. Capacity Sanders 40 Cu. Ft. (minimum) Maximum Speed 60 MPH Multi-Unit Operation Capability 27 Pin standard as specified by AAR 6. Configuration Requirements Locomotive must be equipped with the following: a) Operative Ground Relay Safety System b) Settable over-speed trip c) Engine shall have engine duty cycle hour meter. d) The steel plate that separates the diesel engine from the bank of the lead acid batteries shall have a minimum thickness of 1/8-inch. e) T he battery compartment shall have a dry chemical fire suppression system. f) Fire extinguishing apparatus shall be easily accessible from the engine compartment and cab of the locomotive. g) Battery compartment shall be properly vented. h) High Amperage/Voltage warning signage shall be posted where applicable i) Control Operating Console, AAR 105 or equal j) Locomotive shall be equipped with HVAC (Heating Ventilation Air Conditioning) system. k) Automatic drain valves on bottom of center drain on each primary air system along with a manual drain. l) Fuel tank shall be cleaned and flushed internally, sandblasted and painted externally and pass a standard leak test per ASME/ASTM standards. m) Air brakes shall comply with all DOT and AAR requirements. n) Locomotive shall have all ele ctric circuits tested for continuity and load capacity. o) Locomotive windows shall comply with CFR-49 section 223 p) Locomotive shall have updated inspection card to begin at day zero of the 3-year cycle of inspections. q) Locomotive shall be wired to AAR Standard S-512 (27-wire train line, basic AAR pin arrangement), and be ready for Multi-Unit Operation with other U.S. Army locomotives. r) Locomotive shall have Wheel Slip Protection control and indicator light. s) Locomotive shall comply with all Title 49 CFR-Part 229,231, 232, and AAR safety requirements. t) Locomotive shall have a roof mounted Alerting Strobe Light (Amber Color) u) Locomotive shall have operative bell, horn and headlights. v) Locomotive shall have front and rear cab window wipers and defrosters. Door defros ters not required. w) Locomotive shall have an operating four-channel, crystal type, transmit and Receive radio. (U.S. DOT will provide frequencies to be used following contract award). x) Locomotive shall have an event recorder and non-resettable duty cycle recorder. y) Non-skid flooring shall be applied to the floor z) Locomotive shall be equipped with double acting clasp brakes, two (2) shoes per wheel on all wheels. 7. Painting and Stenciling 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. Surfaces to be painted shall be coated with a primer pretreatment coating within 24 hours prior to the application of the primer. Ferrous surfaces requiring finish painting shall be primed with one coat of rust inhibiting high solids, low volatile organic compound (VOC) urethane or acrylic compatible primer. Dry film thickness to be in accordance with the paint manufacturer's instructions. All repaired surfaces to be painted which will be inaccessible after assembly shall have primer applied before assembly, except in weld area. Finish paint shall be two coats dry film thickness of each coat to be 1.2 to 1.8 mils. Paint thickness shall be 4-mil minimum dry thickness combined primer and topcoat or in accordance with the paint manufacturer's instructions. The paint system compliant status total VOC shall be less than 3.5-lbs/gal (0.419 kg/liter). Pa int Specifications for Locomotives, shall conform to AAR Standard M-1001 Section C, Part II, Section 5.2 Paint Classification: Urethane or Acrylic Primer: Urethane or Acrylic Compatible Substrate: Primed Steel Pre-treatment: Sandblasted Federal Color Standard: 595B: White # 17925 Black # 17038 Yellow # 13538 Red # 11105 Application to Locomotives a) Color application: Body: Red Underframe and walkways: Black Handrails and steps: Yellow Trucks: Black (fog coat only) Stenciling: Yellow (United States Army), Black for all other stenciling required by AAR. b) Locomotive Identification shall comply with 49 CFR section 229.11. c) All other AAR or DOT required stenciling to be: Black on red background color. d) Additional markings shall be in accord ance 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). e) Grab irons, uncoupling levers, and sill steps shall be painted safety yellow. NOTE: Only component supplier will paint telescoping portions of uncoupling lever. f) An anti skid deck-covering compound will be applied to the steel deck plate walkway before painting. Decks or walkway surfaces made of anti-skid material do not require anti-skid coating. 8. Inspection Procedure (at manufacturing site) All repair, reconditioning, 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. If w heels or bearings have to be replaced, an AAR approved shop must perform work. The contractor?s facilities must be serviced by a railhead and be serviced by a recognized railroad. The facilities must also meet the OSHA and EPA recognized standards. The locomotive shall be examined by the Contractor and certified in writing that the locomotive meets the specifications and minimum requirements contained herein. The Government reserves the right to inspect the locomotive prior to any re-work/repair work proposed and may occur at the location of the repair. Final acceptance will take place at the destined Army installation 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 or proper repairs have been made. 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) A properly programmed Automatic Equipment Identification (AEI) tag shall be attached and registered with the AAR. Underframe The under frame shall be damage-free and structurally intact and have legible badge plates. Trucks a) Springs correct for locomotive application. b) Wheels are in accordance with specifications. c) Side bearings have proper clearances. d) Wheel bearings are in accordance with AAR requirements. Couplers a) Check pockets for repairs or cracks. b) Ch eck for proper height of coupler (34? inches (87.6 cm) from top of rail to center). c) Check and measure coupler knuckle for operation and condition. d) Check installation of bottom shelf couplers at both ends. e) Check for specification manganese steel wear plates on all coupler carriers. f) Check for specification uncoupling system. Brakes a) Check all air brake valves for proper size and type. b) Check main reservoir both emergency and main. c) Check all brake rigging for cotter pins and worn out lever pins. d) Check brake levers for proper operation and contact with locomotive body. e) Check all safety hangers. f) Check for correct AAR/DOT piston travel. Safety Appliances a) Check for proper clearances and applications. b) Check handholds and sill steps for proper cleara nces and are installed and secured as specified in CFR-49 Part 231.29 and Part 231.30. 9. Documentation Upon delivery to destinations, the contractor shall provide documentation for the locomotive by road number. The contractor shall provide to the Volpe National Transportation Systems Center (VNTSC) four (4) copies of manuals, which include the locomotive?s dimensions and components for identification and maintenance and Operator?s Procedure Manual, Operator?s Service Manual Including Lubrication orders, All Electrical Schematics and Wiring Diagrams, and Diagrams of all water, fuel, air and lube systems. Two (2) copies of all certifications, tests, repairs and inspections must also be provided. The contractor shall also provide to the U.S. Army Tank-automotive and Armaments Comman d AMSTA-LC-AF-IM, the authority to copy and distribute for their use, any documentation including that which is copyrighted. The documentation is to include the following: To Be Submitted With Offer: The contractor shall include with the bid, one copy of all permits (State, local, EPA, etc.) and the AAR certifications for all shops that will be used for the remanufacturing, reconditioning, or re-qualifying of the locomotive and components. a) Planned delivery schedule for all equipment b) A quality assurance plan ? The bidder shall provide a description of the procedure 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. To Be Submitted With Final Delivery of Equipment: a) The r esults of all inspections, tests (two copies each). b) A complete parts list with manufacture name and part number of all major components on the locomotive (two copies each). c) Maintenance and trouble shooting manuals for all systems on the locomotive (four copies each). d) Operating manuals for locomotive (four copies each). e) General arrangement drawings and complete wiring diagrams (two copies each). The contractor will register (including fees) all locomotives in the AAR Universal Machine Language Equipment Register (UMLER) System for interchange movements and ownership. Two copies of the registration will be provided to the contracting officer prior to transporting the locomotive to destinations. 10. Manufacturer/Contractor Ability As a minimum, the manufacturer/contra ctor shall have the following facilities and capabilities: a) Technically qualified personnel b) Capability to sandblast locomotive, if required, in accordance with OSHA and EPA standards c) Facility to paint locomotive in accordance with OSHA and EPA standards d) Trackage leading to shops and connecting to a railroad e) Facilities required to fulfill requirements of this contract f) Familiar with AAR/FRA rules and standards g) Facility to remove oil and fuel to meet OSHA/DEQ standards h) Proof of similar previous work performance and quality i) Capability to supply all manuals, parts list and operating manuals for the locomotives being offered 10.1 Delivery Schedule Contractors shall notify DOT/VNTSC 10 calendar days prior to any testing so DOT/VNTSC can exercise the option of sending a representative to the facility to witness any and all tests. a. The delivery period for the first article is a maximum of 180 calendar days after contract award. The second and third articles shall be delivered no greater than 270 calendar days after contract award. b. Contractor will provide transportation. c. Delivery points are: Ft. Lewis, Washington Sierra, California Barstow, California a. Contractor shall provide training in locomotive operation and maintenance at final points of delivery for each locomotive delivered. Training requirements to include hands-on operations with on site personnel responsible for locomotive maintenance and operation within seven calendar days following delivery of the locomotive/locomotives. b. Locomotives shall be moved over rail, not trucked. 11. Inspection (at final destination) Areas to be inspected for compliance with AAR Interchange and 49-CFR at locomotive?s acceptance shall include, but not be limited to the following. 11.1 General inspection General Data a) Major Dimensions b) Supplies (Capacities) c) Maintenance History d) Trucks Gear Ratios Wheel Sizes Wheel Bases Radius Curve Capabilities Springs Brakes, hangers, levers, etc. Center plate castings e) Body Hoods (long and short) Doors and Hardware Hand-holds and hand-rails End arrangements, couplers and air hoses. f) Cab Seats Flooring Glazing Defrosters Wipers Cab Equipment Location Clean Cab Design (where applicable) Electrical Cabinet in Cab shall contain non-resettable duty cycle hour meter g) Mi scellaneous Draft gear and coupler M/U Equipment Speed Recorder Locomotive Bell/Horn Sanding Safety Devices h) Lube Oil System Safety Devices Cylinder inspection Bearings inspection i) Locomotive Fuel Oil System Injectors Rack settings General Operation Fuel Oil Bypass/Return line and Sight glass on fuel tank. j) Diesel Engine Cooling System Radiators Cooling fans sand shutters Coolant Solution Piping k) Governor Load Regulator pilot valve Engine speed controls l) Locomotive Protective Devices Low Oil Pressure Shut Down Engine Protector Overspeed Trip Hot Oil Shut Down m) Electrical Miscellaneous Low Voltage Motors Fuel Pump Cab Heaters n) Power Circuits and Equipment Main Generator Traction Motors Power Contractors Reversers Dynamic Brakes (where app licable) Transition o) AC Circuits and Equipment Alternator Cooling fans Traction Motor Blowers p) Low Voltage Circuits and Equipment Auxiliary Generator Control Circuits Control relays and switches Batteries and charging circuits Lighting circuits Air compressors Air/water coolant 11.3 Air Brakes 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. 11.4 Water Tightness a) The locomotive shall be water tested to assure that the locomotive is nominally watertight. b) The roof sides and ends of the locomotive structure shall be sprayed with water concentrating in the area of the electrical cab rooftop and the section of the low nose welding area. 11.5 Road Te st Locomotive shall operate at the receiving facility for a period of four (4) hours performing the following: a) Switching b) Hauling freight c) Setting out cars d) Picking up cars 11.6 Other Provisions Contractor shall mount a brass Data Plate at the right front and left rear side sill of locomotive with the following data: g) Locomotive Type manufacturer designation and Year Built date (month and year). h) Gross Weight on rail with full supplies i) Length over coupler pulling faces j) Height above top of rail k) Manufacturer l) Original contract number. m) Contractor shall provide initial consumables and spare parts for each locomotive necessary to operate and maintain for one year. 11.7 Inspection and Test Witness Provisions The Contracting Officer and or the Co ntracting Officer?s Technical Reprehensive (COTR) shall have the option of inspecting work at any time and witnessing all component or sub-system tests. To allow VNTSC to arrange an inspection, the contractor shall maintain with DOT/VNTSC a current work schedule and shall provide DOT/VNTSC with ten- (10) calendar days notice prior to performing the acceptance testing defined herein. At the time of acceptance testing the government will also inspect the locomotive for AAR and FRA compliance defined herein. Solicitation provision FAR 52.212-1, Instruction of Offerors-Commercial Items (JAN 2004) 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. All Offerors must include a compl eted copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2004) must be submitted with the offer. FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items (OCT 2003), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2004), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 7, 11, 14, 16, 17,22, 24, 30,and, 34. Offer is due to the U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Guy Hillman, DTS-853, 55 Broadway, Building 4, Room 295, Kendall Square, Cambridge, MA 02142 no later than 2:00 P.M. EST on September 03, 2004. Interested firms must submit in writing to the identified point of contact, clear and convincing evidence of their qualifications and/or capabilities. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (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. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management 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
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00647288-W 20040821/040819211921 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.