SOURCES SOUGHT
K -- REFURBISH LOCOMOTIVE AT THE NAVAL SUPPORT ACTIVITY, CRANE, INDIANA
- Notice Date
- 5/12/2009
- Notice Type
- Synopsis
- NAICS
- 336510
— Railroad Rolling Stock Manufacturing
- Contracting Office
- N40083 NAVFAC MIDWEST PWD CRANE FEAD 300 Highway 361 Bldg 2516 Crane, IN
- ZIP Code
- 47522
- Solicitation Number
- N4008309R2246
- Response Due
- 6/16/2009
- Archive Date
- 7/1/2009
- Point of Contact
- Carrie Grimard, Phone 812-854-6641
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N40083-09-R-2246; The Naval Facilities Engineering Command, Midwest, PWD Crane, is currently seeking potential sources for a lump sum, firm fixed-price contract. The NAICS Code for this solicitation is 336510, Railroad Rolling Stock Manufacturing. The Small Business Size Standard is 1,000 employees.. It is the Government's intent to utilize the contract resulting from this solicitation to refurbish a locomotive. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the cost of labor. The intent is to issue a solicitation on a set aside basis to Service Disabled Veteran Owned Small Business, HUB Zone concerns, or Small Business concerns. The type of set-aside to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. The intention of the future solicitation is to refurbish a Government owned locomotive as outlined below and described in the Performance Work Statement (PWS) primarily for the Naval Facilities Engineering Command Midwest, at the Naval Support Activity, Crane, Indiana. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, and transportation to refurbish a SW1200 Baldwin/EMD modified locomotive base main frame to like new condition. ! The finished product shall be updated with modern features that will significantly increase the fuel efficiency, significantly reduce the life cycle maintenance cost, and enhance the tractive control effort. The Government expects to receive fair and equitable discounts for useable and in good condition components of the locomotive base main frame. Those components are the trucks, the traction motor-wheel and axle combos, and the existing fuel tank. The Government desires to remove and retain some electrical components from the locomotive that will be replaced in the overhaul, as may be negotiated with the vendor. The following list of Minimum Required Specifications: Minimum 19 liter engine skid mounted Gen Set; Minimum 700 continuous horsepower engine rating; Variable speed engine; EPA certified to 2.80 grams per brake horsepower hour or less NOx emissions; EPA certified to.10 grams per brake horsepower hour or less PM emissions; Equipped with IGBT anti-wheel slip technology; Positive air displacement long hoods and compartments (excepting air compressor room); Air cooled rectifiers / choppers; Salem electric hand brake; LED lighting equipped excepting for Halogen head lights and ditch lights; Locomotive tractive effort enhancement control system; Best Value Source selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. Interested Service Disabled Veteran Owned Small Businesses, HUBZone concerns, or Small Business concerns should indicate their interest to the Contracting Officer in writing. As a minimum the following information is required in duplicate: (a) a copy of the certificate issued by the SBA of your qualifications as a HUBZone concern, (b) Describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers, (e) describe specific portions of this type of effort your company intends to subcontract and (f) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorab! le past performance ratings, and or awards received, etc.) All of the above must be submitted in duplicate, and in sufficient detail for a decision to be made on availability of interested Service Disabled Veteran Owned Small Businesses, HUBZone concerns, or Small Business concerns. Failure to submit all information requested will result in a contractor not being considered as an interested Service Disabled Veteran Owned Small Businesses, HUBZone concerns, or Small Business concerns. If adequate interest is not received from one of the above categories this solicitation will be issued for full and open competition. Anticipate the solicitation will be released on or about 22 June 2009. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil. A pre-proposal conference and site visit will be held and the date, time and location will be provided/specified in the solicitation. The apparent successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via Internet at: http://www.ccr.gov. All contractual and technical inquires shall be submitted via electronic mail to carrie.grimard@navy.mil The due date for responses to this Sources Sought Notice is 16 June 2009. Responses may be s! ubmitted under Solicitation Number N40083-09-R-2246 via facsimile to 812-854-3800, e-mail to: carrie.grimard@navy.mil or hand-deliver to NAVFAC Midwest PWD Crane, Attention: Carrie Grimard, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offeror's Statement of Qualifications shall be received no later than 4:00 p.m. local time on Tuesday, 16 June 2009. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008309R2246/listing.html)
- Record
- SN01814681-F 20090514/090512233023 (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 |