MODIFICATION
22 -- Yard Switcher Locomotive
- Notice Date
- 9/6/2012
- 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-20006
- Archive Date
- 9/25/2012
- Point of Contact
- Donald MacGee, , Thomas W. Russo,
- E-Mail Address
-
Donald.MacGee@dot.gov, thomas.russo.ctr@dot.gov
(Donald.MacGee@dot.gov, thomas.russo.ctr@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: Note: The Safety Certification for Locomotives form is included as Attachment A at the end of the Description and Attachment B, Bremerton Track Layout, is an 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. DTRT57-12-R-20006 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Fart 15, Contracting by Negotiation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 dated July 26, 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) Yard-Switcher Locomotive with options for an additional locomotive, snowplow hardware and technical support. The requirements for this locomotive is 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. Note: Offerors are required to provide a unit price and total for all CLINS (0001-0009). CLIN Description QTY UI UP Tot Price 0001 New 600 horsepower Yard-Switcher locomotive 1 ea $_______ $________ in accordance with the Statement of Work (SOW) 0002 Delivery of locomotive (CLIN 0001) to Bremerton,1 ea $ _______ $_______ Washington Naval Facility in accordance with SOW 0003 Option - New 600 horsepower Yard-Switcher 1 ea $_______$_______ locomotive in accordance with SOW 0004 Option - Delivery of locomotive (CLIN 0003) to 1 ea $_____ $_______ Bremerton, Washington Naval Facility in accordance with SOW 0005 Option - On-site technical support, two trips 2 ea $_____ $________ for 4 day duration in accordance with SOW 0006 Option - Hardware for CLIN 0001, snowplows 2 ea $_____ $_______ front (qty 1) and rear mounted (qty 1) in accordance with SOW 0007 Option - Hardware for CLIN 0003, snowplows 2 ea $_____ $_______ front (qty 1) and rear mounted (qty 1) in accordance with SOW 0008 Option - Stainless steel fabricated cab and 1 ea $____ $_______ hood for CLIN 0001 in accordance with SOW 0009 Option - Stainless steel fabricated cab and 1 ea $____ $_______ hood for CLI 0003 in accordance with SOW CLINS 0001 thru 0009 Total Price $_________ Place of Delivery or Performance, CLINS 0001-0009: Bremerton, Washington Naval Facility FOB Point: Destination The period of performance for the CLINs will be as follows: CLIN PERIOD OF PERFORMANCE 0001 From date of award through 365 calendar days thereafter. 0002 From date of award through 365 calendar days thereafter. 0003 From date of option exercise through 365 calendar days thereafter. 0004 From date of option exercise through 365 calendar days thereafter. 0005 From date of option exercise through 720 calendar days thereafter. 0006 From date of option exercise through 365 calendar days thereafter. 0007 From date of option exercise through 365 calendar days thereafter. 0008 From date of option exercise through 365 calendar days thereafter. 0009 From date of option exercise through 365 calendar days thereafter. Federal Acquisition Regulation (FAR) Contract Clauses: FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) is hereby incorporated by reference. The following clauses are incorporated by reference as Addenda to FAR 52.212-4 and will be included in the solicitation and awarded contract: (u), FAR 52.204-4, Printed or Copied Double Sided on Postconsumer Fiber Content Paper (May 2011) (v), FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item (Mar 1989) (The Contracting Officer may exercise options by written notice to the Contractor at contract award or 270 days after contract award). (w), FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 270 calendar days of contract award; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 33 months. (x), FAR 52.227-14, Rights in Data - General (Dec 2007). (y), Transportation Acquisition Regulation (TAR) 1252.223-73, Seat Belt Use Policies and Programs (APR 2005) The following Statement of Work (SOW) paragraphs are incorporated in full text as addenda to FAR 52.212-4 and will be included in the awarded contract SOW: (z), SOW paragraph entitled "General Inspection/Acceptance" (aa), SOW paragraph entitled " Order of Precedence for Statement of Work Requirements" FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (Jul 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 (May 2012) (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 2012) (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 (Mar 2012) (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) Statement of Work (Start) U.S. Navy Yard Switcher Locomotive Statement of Work Description This Statement of Work (SOW) specifies the manufacture and delivery of one new yard-switcher locomotive with EPA Tier III ultra-low emissions certified diesel engine and a complete range of technical data, materials, and equipment necessary to ensure long term compliance, operations, support, and maintenance for the locomotive. The yard switcher locomotive required for this solicitation shall meet the range of requirements within this Statement of Work. 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 a locomotive with delivery and hardware and material options. The delivery destination for the locomotive is Bremerton U.S. Navy Facility, Washington. Compliance The Yard Switcher locomotive must satisfy the following: a. Association of American Railroads (AAR) Manual of Standards and Recommended Practices Section-M, Locomotive and Locomotive Equipment b. American Society of Mechanical Engineers (ASME), Boiler and Pressure Code Section IX, Welding Qualifications c. American Welding Society (AWS), D15.1 - Railroad Welding Specification d. American Iron and Steel Institute (AISI) Standards Order of Precedence for Statement of Work Requirements In the event of a conflict between the SOW text 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. Minimum Requirements General Configuration Requirements a. Model Type: One new single engine yard switcher locomotive offering no less than 50,000 pounds (22,680 Kilograms) starting tractive effort. A new or refurbished locomotive frame is acceptable. b. Must be able to remain in control with no tendency to de-rail maneuvering a 78-foot (23.8 meter) radius curve (See SOW Attachment B for Track Layout). Locomotive proposed for this location must successfully demonstrate maneuvering this curve prior to acceptance c. Provide for extremely gentle coupling operations and requires ease and precise control at very low speeds d. Overall length not to exceed 37 ft. (11.3 meter), width not to exceed 10.5 ft. (3.2 meter), height not to exceed 13.5 ft. (4.1 meter) e. Emissions - In compliance with the United States Environmental Protection Agency (EPA) Tier-II Locomotive Standards (CFR Part 92) and Tier III Non-road Compression Engine Standards (CFR Part 89) f. AAR Standard type E or F shelf couplers, on both ends, top operated as outlined in rule 18 g. Cushioned coupler or draft gears approved for yard-switcher service. An extended coupler may be included. h. Automatic drain valves on bottom of drain on primary air system along with a manual drain i. Steel fabricated cab and hood (see option item for stainless steel), low hood design, rear cab switcher configuration j. 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. k. 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) calendar days following delivery of the locomotive l. All door hinges shall be properly installed and designed for error free operation for the life of the locomotive. m. Standard North American railway track gage, 56½ inches (143.5 cm). n. Contractor is responsible for delivery of locomotive. If transporting by rail to the final destination, this includes AAR Universal Machine Language Equipment Register (UMLER) registration and automatic equipment identification (AEI) tag programming. o. The following general information is provided to assist in developing a response to the solicitation: a. GE 65-ton (59 metric ton) Center cab locomotive equipped with 84-inch (213 cm) side to side sliding, 2-ft. (61 cm) extended coupler successfully operates at this location. Air and Brakes a. New brake rigging with single shoe design or double acting clasp design b. Parking brake c. 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) d. Emergency brake valve located in cab e. Automatic and independent brake vented to atmosphere below the cab floor f. Emergency brake valve located in cab that can be monitored to check for initiation by crew members g. NYAB CCB26 electronic air brake system or equivalent 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 location year round b. Design shall allow for pit-free maintenance friendly as much as practical c. Window awnings and wind deflectors (two) and padded sun visors d. Window wiper motors and blades on all four corners of cab e. Cab noise shall conform to CFR-49 sect. 229.121 f. AAR Clean Cab, cab door cushion pads, door closure bars, flexible hinge guards, etc. per AAR g. Non-skid flooring shall be applied on floor h. 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. i. Cab mounted First Aid kit and Fire Extinguisher (see Other Provisions) j. Doors shall be equipped with interior deadbolt locks. The front door shall be equipped with an exterior slide lock with four (4) matching keys k. Provisions to lock out main knife switch Electrical/Electronics a. Automatic ground relay system (fault history capable) b. All circuits tested for continuity and load capacity c. Traction motor ampere meter indicator panel d. Locomotive shall be equipped with a working event recorder. All software required to download history data and cables required to interface are also required. e. Non-resettable duty cycle hour meter f. Locomotive shall be equipped with a speed indicator which is accurate to within +/- 3 mph (4.8 kmh). Speed indicators must be clearly readable from the operator's normal position under all lighting conditions g. Alerter compatible with speed indicator and event recorder h. New batteries i. 24-volt electrical system with accessory outlet located in cab j. New wiring and cabling insulated and approved per AAR k. 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) l. 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 m. Locomotive shall be equipped with operative crossing bell and horn in compliance with CFR49 Part 229.129 n. New electrical cabinets with weather seals and ventilation as required o. External electrical cabinets are to have a means for water drainage in the event that the door seals/gaskets fail to resist water penetration p. All doors and cover plates guarding high voltage equipment shall be marked "Danger High Voltage" or "Danger" q. Grounding lug easily accessible during refueling operations r. All wires, cables, terminal strips, breakers and switches to be clearly identified and labeled and referenced in appropriate schematics Illumination/Lighting a. Two headlights provided at both ends of the locomotive b. Hood lights providing sufficient illumination for performing routine maintenance in engine compartment c. Step lights d. Truck lights e. Alerting amber strobe lights; roof mounted center front and rear f. 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 Wheels and Traction a. Microprocessor controlled wheel slip protection and traction control b. Minimum 50,000 pound force (22,680 kilogram force) starting tractive effort c. New, 40-inch (101.6 cm) diameter, multi-wear type cast steel wheels d. Automatic wheel flange lubricators e. Cooling system for traction system shall be supported with documentation that includes all parts with corresponding part numbers f. Wheel sets shall conform to 49CFR 229.73 Prime Mover(s) a. New diesel engine 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. Built-in engine protectors (voltage, frequency, current, temperatures, oil, and coolant) with auto shutdown and audible alarm feature Fuel Tanks a. To be of high impact resistant design, minimum 300-gallons (1,136 liter) capacity b. Fuel level sight glasses and/or electronic gauges shall be located on both sides of the fuel tank in addition to being able to determine the fuel level from inside the cab 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 Other Provisions a. Contractor payment shall be made for items accepted by the Government and also have been delivered to the delivery destination as 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. Fuel heater and engine block heater for cold climates e. Dual control stands f. Vigilance system g. One first-aid kit including items for treating minor injuries shall be mounted in the cab h. One cab mounted flare box i. Hand railings provided on all exterior walkways. Throughways shall have chains with breakaway links installed j. If transported by rail to destination, the contractor will register (including fees) the locomotive in the 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. k. 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 compliance will be subject to documentation review and approval of the Contracting Officer's Representative (COR). Training The contractor shall provide on-site operator training, hands-on maintenance, service and troubleshooting training, and a training package of materials 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 0.46 mm). 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 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 Yard Switcher 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, etc.). This shall include all safety warnings and safety related operations. Manuals and supporting documentation 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 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 destinations 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, COR, 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, COR and the U.S. Navy 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 Acceptance Testing at Destination (to be conducted prior to acceptance) 1. Must be able to remain in control with no tendency to de-rail maneuvering a 78-foot (23.8 meter) radius curve with flatcar in tow, see Attachment B, Bremerton Track Layout 2. Operate successfully as designed and on encapsulated rail throughout Bremerton Navy Facility, Washington 3. The acceptance testing shall be coordinated with the Volpe Center, COR. General Inspection/Acceptance 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. If transportation to destination is by rail, the contractor's facilities must be serviced by a railhead and be serviced by a recognized railroad. The facilities must 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 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 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 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 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. Personnel who have been trained and are technically qualified to manufacture these locomotive in accordance with AAR/FRA Rules, Standards and Recommended practices. 2. Personnel who have been trained and are technically qualified to perform operation and maintenance training on these locomotive in accordance with AAR/FRA Rules, Standards and Recommended practices. 3. 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 in accordance with AAR/FRA Rules, Standards and Recommended practices. 4. Capability to sandblast locomotive in accordance with OSHA standards 5. Facility to paint locomotive in accordance with OSHA standards 6. Trackage leading to shops and connecting to a major railroad 7. Facilities required to fulfill the requirements of this contract. 8. Facility to remove oil and fuel to meet OSHA standards 9. Proof of similar previous work performance 10. The capability of validating the accuracy and usability of all publication deliverables 11. Documented Quality Assurance process and inspections to ensure technical accuracy 12. Locomotive shall be moved over rail, not trucked. 13. Capability to supply all required technical documentation including service manuals, parts lists and operating manuals for the locomotive. 14. Facility capable of load testing for tractive effort b. If applicable, the offerors shall provide the criteria used in component evaluation and certification. c. Contractors shall notify the Volpe Center, COR 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 locomotive 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 may include, but not be limited to the following: 1. Start and check for leaks 2. Shutdown and check temperatures 3. 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 Items Option: Cab and hood fabricated with stainless steel for base item locomotive Option: locomotive (same requirements as base item) Option: Delivery of option locomotive Option: Cab and hood fabricated with stainless steel for option locomotive Option: Hardware: For the base locomotive, two snow plows as-built and designed for the locomotive (one front mounted, one rear mounted) shall be designed/built to be mounted on the front and rear of the locomotive without obstructing coupler operations. The locomotive snow plow is intended to be similar in design to General Motors Corporation, Electro-Motive Division EMD/GE Pilot Plow part number 8393800 or Independent Machine Company part number IMC B-3800, and similar to dimensions of 15 3/4" Height and 97 ½" Width. Option: Hardware: For the Option locomotive, two snow plows as-built and designed for the locomotive (one front mounted, one rear mounted) shall be designed/built to be mounted on the front and rear of the locomotive without obstructing coupler operations. The locomotive snow plow is intended to be similar in design to General Motors Corporation, Electro-Motive Division EMD/GE Pilot Plow part number 8393800 or Independent Machine Company part number IMC B-3800, and similar to dimensions of 15 3/4" Height and 97 ½" Width. Option: On-site technical support: 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 up two separate service trips up to four days duration each. Statement of Work (End) Instructions to Offerors : FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012) is hereby incorporated by reference with the following addenda: (bb). FAR 52.209-7, Information Regarding Responsibility Matters (Feb 2012) (cc). FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award (Jun 1988) (dd). 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. (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. NOTE: All offerors must be registered in the System for Award Management (SAM) in order to receive an award from the Government. The offerors shall forward an electronic copy of their proposal to email address of the contracting officer at Donald.MacGee@dot.gov to arrive no later than 2:00 P.M. Eastern Daylight Savings Time, on September 10, 2012. The Government will not pay for any information received. Pricing: CLINs 0001 - 0009 Offerors are required to provide prices for CLINs 0001 thru 0009 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 above: a. Minimum Configuration Requirements b. Air and Brakes c. Cab d. Electrical/electronics e. Illumination/Lighting f. Wheels and Traction g. Prime Mover(s) h. Fuel Tanks i. Other Provisions 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 offered 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. Acknowledgement of acceptance testing at destination. 10. 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 price, 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 the 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 Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability (ii) Price (i) Technical Capability - These criteria will assess the Offeror's ability to comply with the SOW and solicitation requirements. The Offeror shall be equipped to manufacture Yard-Switcher locomotives in accordance with the SOW. Offeror must have available support facilities and resources. 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. The evaluation will stop at the point when the Government determines an offeror to be technically acceptable with the lowest evaluated price. Past Performance: These 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 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 and 0002) plus all proposed option total prices (CLINs 0003 thru 0009). (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 option(s). (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 (FEB 2012). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) at https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically on the SAM website, the offeror shall complete only 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 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 Federal Railroad Administration; Title 49 CFR-Parts 229 Subpart C (Safety Requirements), 231.3 (Safety Appliance Standards for locomotive used in switching service), 232 (Brake System Safety Standards) ____________________________________ __________________ Signature Block Date Name: Title:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-R-20006/listing.html)
- Record
- SN02871631-W 20120908/120907001616-aaf31f902f504cff3c07fbd14e3782cc (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 |