SOLICITATION NOTICE
22 -- GenSet Road Switcher Locomotives - Safety Certification Attachment
- Notice Date
- 8/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336510
— Railroad Rolling Stock Manufacturing
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-11-R-20021
- Archive Date
- 9/2/2011
- Point of Contact
- Donald MacGee, Phone: 6174942803
- E-Mail Address
-
Donald.MacGee@dot.gov
(Donald.MacGee@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Safety Certification Attachment Note: The Safety Certification for Locomotives form is included as a Special Attachment to this notice. 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. DTRT57-11-R-20021 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items, Part 13.5, Test Program for Certain Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 dated July 5, 2011. 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 three (3) GenSet Locomotives. The requirements for these locomotives 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 period of performance for this contract will be as follows. All work will be completed under this contract within 540 calendar days of award, if option is exercised: CLIN PERIOD OF PERFORMANCE 0001 From date of award through 365 calendar days thereafter. 0002 and 0003 (Optional) Options may be exercised within 365 calendar days of contract award. Note: early delivery of CLIN 0001 is desirable. Award will be made to the lowest priced, technically acceptable and responsible Offeror. Proposals shall include technical information and pricing in a written proposal per Instructions to Offerors. Note: Offerors are required to provide a price for all CLINS (0001-0003). CLIN 0001, GenSet Locomotives in accordance with SOW, NSP; CLIN 0001AA, GenSet Locomotive in accordance with SOW, 3 ea, Unit Price $___________, Total Price $___________; CLIN 0001AB, Delivery Charge to Fort Leonard Wood, MO, 1 ea, Unit Price $___________, Total Price $___________; CLIN 0001AC, Delivery Charge to Fort Riley, KS, 1 ea, Unit Price $___________, Total Price $___________; CLIN 0001AD, Delivery Charge to Fort Bliss, TX, 1 ea, Unit Price $___________, Total Price $___________; CLIN 0002, Optional Additional Technical Training, 1 lot, Unit Price $___________, Total Price $___________; CLIN 0003, Optional Extended Field Service Support, 1 lot, Unit Price $___________, Total Price $___________. CLINS 0001-0003; Total Price $___________. Statement of Work (Start) U.S. Army GenSet Locomotive Statement of Work Description This Statement of Work (SOW) specifies the manufacture and delivery of new engine-generator set (GenSet) road switcher locomotives with three Tier II, 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 locomotives. 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 road switcher locomotives required for this solicitation shall each have three engine-generator sets capable of providing 2,000 continuous horsepower per locomotive. The design shall be such that for relatively light loads only one engine-generator set will operate, as the load increases two or three engine-generator sets will operate. The locomotive shall remain operable in the event of one or two engine-generator sets not functioning or removed from the locomotive for service, repair, etc. This SOW calls for the quantity of three new road switcher GenSet locomotives, transportation and delivery of the locomotives, and documentation and training described herein as the base item. It also includes options for technical training and additional field support. The delivery destinations for the locomotives are Fort Leonard Wood (Missouri), Fort Riley (Kansas), and Fort Bliss (Texas). Compliance The GenSet locomotive(s) must satisfy the following: a. Association of American Railroads (AAR) Manual of Standards and Recommended Practices Section-M, Locomotives 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 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. Technical Requirements General Configuration Requirements a. Model Type - New, three-engine, four-axle GenSet road switcher locomotive with a combined continuous power of at least 2,000 horsepower per locomotive with low nose/low hood configuration. Not to exceed 280,000 pounds b. Emissions - Qualified as an Ultra-low Emitting Locomotive (ULEL) by the California Air Resources Board (CARB). In compliance with EPA Tier-II Locomotive Standards (CFR Part 92) and Tier III Non-road Compression Engine Standards (CFR Part 89) c. AAR Standard, alignment control type (self-aligning), type E or F shelf couplers, on both ends, top operated as outlined in rule 18 d. 390/391 series draft gears or similar, approved for road-switcher locomotives. e. Operable/automatic sanders for wheel adhesion in direction of travel f. Automatic drain valves on bottom of drain on primary air system along with a manual drain g. Locomotive(s) shall not be equipped with toilets h. Contractor shall provide maintenance item consumables and spare parts for each 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. i. 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(s) j. Locomotives shall conform to AAR Plate-L or AAR Plate-C clearance dimensions k. Under normal service arrangements, locomotives shall have the ability to remove one engine-generator set and return the locomotive to service (minus one GenSet) within one workday l. Have the ability and provide for common design that like locomotives may exchange engine-generator sets as common practice without non-compatibility issues m. Fuel tanks to meet or exceed AAR S-5506 n. Crashworthiness cab design with anti-climbers per AAR Rules and Regulations o. Overspeed set at 35 MPH with signage indicating this located in the cab p. All door hinges shall be properly installed and designed for error free operation for the life of the locomotive. q. Locomotives shall be manufactured on new frames. Air Brakes a. New York Air Brake (NYAB) CCB26 electronic air brake system with self test feature and fault tracing capability and compatible with the 26L air brake schedule b. Basic duplex air end connection 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 set of new brake shoes must be delivered) e. Emergency brake valve located in cab Cab a. Cab heater and air conditioning with enough heating capacity to provide comfort in the northern most states and enough cooling capacity to provide comfort in the southern most states year round b. Federal Rail Administration (FRA) card holders (for Blue card and Daily card) c. Window awnings and wind deflectors (two) and padded sun visors d. Window wiper motors and blades on all four corners of cab e. Steel fabricated cab and hood, short nose design f. AAR 105 standard Control Stand operating console g. Cab noise shall conform to CFR-49 sect. 229.121 h. High impact window glazing to comply with CFR-49 section 223 i. One operator seat and two sidewall mounted helper seats slide mounted j. Non-skid flooring shall be applied on floor k. New insulation applied under floor l. 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 m. Cab mounted First Aid kit and Fire Extinguisher (see Other Provisions) n. 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. All circuits tested for continuity and load capacity c. Locomotive(s) 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 d. Locomotive(s) shall be equipped with a speed indicator which is accurate to within +/- 3 miles per hour (MPH) for speeds of 10 to 30 MPH. Speed indicators must be clearly readable from the operator's normal position under all lighting conditions e. Alerter compatible with speed indicator and event recorder f. New batteries g. New wiring and cabling insulated and approved per AAR h. Locomotives shall have a console mounted programmable radio with handset and handset holder (operating frequencies to be identified after contract award) i. 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 j. Roof mounted alerting strobe light (Amber Color) near front center such that it can be seen at a height of 5-feet above rail 10-feet away from the front and sides of the locomotive k. Locomotive(s) shall be equipped with operative crossing bell and horn in compliance with CFR49 Part 229.129 l. 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 m. New electrical cabinets with weather seals and ventilation as required n. External electrical cabinets are to have a means for water drainage in the event that the door seals/gaskets fail to resist water penetration o. All doors and cover plates guarding high voltage equipment shall be marked "Danger High Voltage" or "Danger" Multiple Unit (MU) Operation a. Locomotive(s) shall be wired to AAR standard 27-wire train line, basic AAR pin arrangement, and be ready for Multi-Unit Operation with other locomotives 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. D77 or equivalent traction motors (four) with new support bearing seal rings b. Microprocessor controlled wheel slip protection and traction control c. Individual traction motor isolation/cut-out d. Gear case halves shall be fastened together without the use of "C" clamps e. Gear Ratio 62:15 f. New, 40-inch diameter, multi-wear type cast steel wheels g. Wheel sets shall conform to 49CFR 229.73 h. Cooling system for traction system shall be supported with documentation that includes all parts with corresponding part numbers GenSets a. Three diesel engine-generator sets with the structural integrity appropriate for locomotive switching operations and sized to achieve continuous locomotive power rating of 2,000 horsepower and also meet the environmental constraints listed herein b. Main engines used in all Generator-Sets 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. To be of high impact resistant design which meet or exceed current AAR Manual of Standards and Recommended Practices (S-5506) b. Snyder 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(s) 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)" h. Item Unique Identification Tags (IUID) are required to be permanently etched on the manufacturer's builder tag. The IUID matrix shall contain Part number, Serial number and Commercial and Government Entity (CAGE) code information. The IUID matrix shall be Construct #2 and include a Code Quality Report with the following data: Contractor ID, locomotive model number, locomotive serial number. Other Provisions a. 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 12. One 2-D matrix IUID tag. A description can be found here: http://www.iuidtoolkit.com/defense_suppliers/suppliers7.php b. Two (2) 20-lb. BC-type fire extinguishers shall be provided (one cab mounted and one engine room mounted) c. One first-aid kit including items for treating minor injuries shall be mounted in the cab d. One cab mounted flare box e. Hand railings provided on all exterior walkways. Throughways shall have chains with breakaway links installed f. Car body shall be designed to direct effluents to a retention tank with a minimum capacity of 75-gallons Training The contractor shall provide on-site operator training, hands-on maintenance, service and troubleshooting training, and a training package of materials. 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 days following locomotive delivery. Training tools, manuals, and software are required for each locomotive delivered. There shall be a total of three training packages made available for each training session. 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. 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. 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 volatile organic compounds (VOC) shall be less than 3.5-lbs/gal (0.419 kg/liter). Paint Specifications for Locomotives, shall conform to AAR Standard M-1001 Section C, Part II, Section 5.2. Paint Requirements for Locomotives: Paint Classification: Polyurethane Substrate: Primed Steel Pre-treatment: Sandblasted Federal Color Standard (595B): White # 17925 Black # 17038 Yellow # 13538 Red # 11105 Paint Application to Locomotives: a) a. Locomotive body: Red b) Underframe: Black c) Handrails and steps: Yellow d) Trucks: Black e) Cab interior: Manufacturer's beige, gray or tan enamel f) Stenciling: Yellow locomotive prefix (USAX) and the road numbers located below USAX stencil on cab (see illustration below). Yellow (United States Army) 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 to be delivered to Fort Leonard Wood shall be numbered 6510 b. Locomotive to be delivered to Fort Riley shall be numbered 6511 c. Locomotive to be delivered to Fort Bliss shall be numbered 6512 g) Chevron striping on front (angled 45-degree, downward toward the center) 6-inch yellow stripes equally spaced. 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 (Note: all electronically formatted documentation shall be compatible with Adobe Acrobat Reader and have the ability to be electronically reproduced for Government use.) a. The contractor will register (including fees) all cars 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 Volpe Center Contracting Officer Technical Representative (COTR) prior to transporting the railcars to destinations. b. The Contractor shall provide all available locomotive historical records, including ownership titles and deeds, logs and maintenance records. c. 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. Contract accordance will be subject to documentation review and approval of the COTR. d. The Contractor shall provide parts manuals, service manuals and operator's manuals that meet the requirements described below as a minimum. Contract accordance will be subject to documentation review and approval of the COTR. e. Technical data descriptions used to describe parts, assemblies and equipments 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. 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 standalone 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 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 (attached) k. Manufacturer's Parts catalog (with pricing index if available) Prior to Locomotive Delivery After contract award but not less than one (1) week prior to delivery of locomotives to destinations the contractor shall provide complete Documentation Packages (as described above) for the locomotives 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 COTR, Cambridge, MA b. One (1) CD-ROM copy and one (1) hard copy in binder form to the U.S. Army Tank-automotive and Armaments Command, Warren, MI c. One (1) CD-ROM copy and one (1) hard copy in binder form to Defense Generator and Rail Equipment Center at Hill Air Force Base, Utah d. One (1) CD-ROM copy to Installation Management Command Rail Operations Officer, Arlington, VA The contractor shall also provide to the Volpe Center 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 Locomotives Documentation Packages: One (1) CD-ROM copy and one (1) hard copy in binder form. Front door lock keys (four per locomotive) Radio, 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 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 locomotives 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. Army installation facilities. 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 Ability 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 locomotives at the final destination 2. Personnel who have been trained and are technically qualified to manufacture these locomotives 3. Personnel who have been trained and are technically qualified to perform operation and maintenance training on these locomotives 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. Locomotives 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(s) 16. Facility capable of load testing for tractive effort b. If applicable, the bidders shall provide the criteria used in component evaluation and certification c. Contractors shall notify the Volpe Center ten (10) days prior to any testing so the Volpe Center can exercise the option of sending a representative to the facility to witness any tests d. The delivery period for the locomotives following contract award is 270-days maximum. It is highly desirable to shorten this to less than 180-days e. 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 The contractor shall submit a recommended spare parts list with the proposal. Spare parts are those items recommended by the manufacturer to be kept on hand for quick and immediate maintenance access. This list shall identify the parts required to support the locomotive for one-year of service. 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 (CLIN 0002): Additional Warranty This option shall extend the basic warranty to include travel and labor coverage for field service personnel to perform repairs in the field up to one year following Government acceptance. Parts shall be warranted for two years following Government acceptance. Option (CLIN 0003): Additional Training This option shall cover one training session that shall take place within one year following contract award at the Government's convenience. The contractor shall train up to fifteen 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. 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. GenSet locomotive technology: 1. Differences between conventional locomotive technology and GenSet locomotive technology 2. Operation and control including start up/shut down procedures 3. Car spotting 4. Pulling a consist 5. Multiple Unit operation (MU) 6. Tools required for servicing locomotive 7. 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. Statement of Work (End) Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference. 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. This technical capability shall consist of the following information in the specified format. 1. Technical Capability: a. The Offeror shall include with the offer, 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 locomotives and components b. Specific delivery schedule for locomotives. c. Descriptions of the locomotives that comply with the SOW requirements. d. Spare parts list - The Offeror shall submit a recommended spare parts list with the proposal. Spare parts are those items recommended by the offeror and manufacturer to be kept on hand for quick and immediate maintenance access. This list shall identify the parts required to support the locomotive for one-year of service. e. Quality Assurance Plan - The Offeror shall provide a document that describes 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. f. A copy of the commercial warranty in accordance with FAR Clause 52.212-1(b)(5), Terms of any Express Warranty g. Offeror shall have an approved AAR manufacturing facility that is located on a mainline railroad, and provide written evidence of this approval 2. Past Performance: The Offeror will provide past performance information for three recent and relevant contracts for the same or similar items (i.e., contracts performed within the past three years for the same type and magnitude as described in the SOW). This information should include contract numbers, points of contact with telephone numbers, and other relevant information. The Government intends to award a contract without discussions and advises all Offerors to present their best prices in response to the solicitation. NOTE: All Contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offerors shall forward the original and three copies of their proposal to the United States Department of Transportation, John A. Volpe National Transportation System Center, Attn: D. MacGee, RVP-32, DTRT57-11-R-20021, 55 Broadway, Cambridge, MA 02142 to arrive no later than 2:00 P.M. Eastern Standard Time, on August 18, 2011. The Government will not pay for any information received Evaluation: FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) a. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is considered technically acceptable and lowest price. The following factors shall be used to evaluate offers: (i) Technical Capability - This criteria will assess the Offeror's ability to comply with the SOW and solicitation requirements. The Offeror shall be equipped to manufacture GenSet locomotives and be located on a mainline railroad to transport by rail the locomotives to their destinations in accordance with the SOW. Offeror must have available support facilities and resources. (ii) Past Performance: 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 submission with be rated on the following sub-factors: (a) Quality of Product/Service (b) Similarity of products manufactured to the proposed (c) Timeliness of Performance (d) Overall Satisfaction Rating (iii) Price b. Options - The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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 (or part of 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 (MAY 2011). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) though (o) of this provision. Contract Terms and Conditions: FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) is hereby incorporated by reference. Paragraph (u) is added to include the following clauses: FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper (MAY 2011); FAR 52.209-7, Information Regarding Responsibility Matters (JAN 2011); FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item (The Contracting Officer may exercise the option by written notice to the Contractor no later than 365 days after award.) (MAR 1989); and FAR 52.227-14, Rights in Data - General (DEC 2007). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (MAY 2011) is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006); 52.203-6, Alternate 1 (OCT 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (P.L. 111-117); 52.219-6, Notice of Total Small Business Set Aside (JUN 2003); 52.219-8 Utilization of Small Business Concerns (JAN 2011); 52.219-14, Limitations of Subcontracting (DEC 1996); 52.219-28 Post-Award Small Business Participation Program Representation (APR 2009); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor - Cooperations with Authorities and Remedies (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Equal Opportunity for Veterans (SEP 2010); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37, Employment Reports on Veterans (SEP 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-54, Employment Eligibility Verification (JAN 2009); 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007); 52.223-16, IEEE1680 Standard for the Environment Assessment of Personal Computing Products (DEC 2007); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010); 52.225-1, Buy American Act - Supplies (FEB 2009); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). 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/DTRT57-11-R-20021/listing.html)
- Record
- SN02520469-W 20110805/110803235702-f6691d6fdabe898ec2c5f89ae1d9f980 (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 |