SOURCES SOUGHT
22 -- Red River Army Depot (RRAD) has a requirement for a Rail Road Tie Gang System consis
- Notice Date
- 11/19/2012
- Notice Type
- Sources Sought
- NAICS
- 336510
— Railroad Rolling Stock Manufacturing
- Contracting Office
- ACC- Warren (ACC-WRN)(RRAD), ATTN: CCTA-HDR, 100 Main Drive, Building 431, Texarkana, TX 75507-5000
- ZIP Code
- 75507-5000
- Solicitation Number
- W911RQ-13-R-0014
- Response Due
- 11/29/2012
- Archive Date
- 1/18/2013
- Point of Contact
- Paul Johnson, 9033344283
- E-Mail Address
-
ACC- Warren (ACC-WRN)(RRAD)
(paul.a.johnson1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Red River Army Depot (RRAD) has a requirement for a Rail Road Tie Gang System consisting of a Spike Puller, a Tie Crane, a Tie Exchanger, a Spike Driver, and a Switch Tamper. RRAD is looking for sources to provide one or more of these items individually or all of them as a package, depending on vendor capability. Please respond with information about your company such as: A: Are you a manufacturer or reseller B: Your CAGE CODE or DUNS number, your business size status and any categories such as small business, 8(a), Hub Zone etc., any GSA scheduled contracts held, and Government business Point of Contact (POC) information. C: Marketing Material, Specifications etc for each piece of equipment you can offer. The Tie Gang System consisting of a Spike Puller, a Tie Crane, a Tie Exchanger, a Spike Driver, and a Switch Tamper. This equipment will be used to perform maintenance on the railroad track on Red River Army Depot. Spike Puller The Spike Puller will be used to remove spikes from rail during rail maintenance projects. The Spike Puller must be self-propelled, diesel powered, hydraulically operated, capable of pulling spikes from each side of a rail simultaneously, and capable of pulling spikes from either rail. The equipment shall have a seated operator station with the driving and spike pulling controls within easy reach and the spike pulling operation within view of the operator. Tie Crane The Tie Crane will be used to move and handle railroad ties during rail maintenance projects. The Tie Crane must be diesel powered, hydraulically operated, and capable of handling ties in a 360 range. Tie Exchanger The Tie Exchanger will be used to remove and install railroad ties during rail maintenance projects. The Tie Exchanger must be diesel powered, hydraulically operated, capable of lifting both rails an operator-adjusted height, capable of removing and inserting ties, and equipped with a tie kicker to facilitate the tie removal process. Spike Driver The Spike Driver will be used to drive spikes into the railroad ties during rail maintenance projects. The Spike Driver must be diesel powered, hydraulically operated, capable of automatically setting and driving four spikes simultaneously, and equipped with an automatic tie nipper to pull the tie and tie plates tight against the bottom of the rails for spiking. Switch Tamper The Switch Tamper will be used to tamp the ballast around and under the ties during rail maintenance projects. The Switch Tamper must be diesel powered, hydraulically operated, capable of performing medium duty track surfacing with hydraulic work heads, and equipped with an enclosed, air conditioned cab. Required Features: Equipment shall be furnished with instrument panels with all the necessary gauges to ensure efficient equipment operation with warning lights for the fuel level, hydraulic oil temperature, engine coolant temperature, power train oil temperature, engine oil pressure, and transmission gear indicator at a minimum. Equipment shall be furnished with all the required safety equipment such as seatbelts, safety interlocks, warning lights, alarms, etc required to ensure safe operation. Remanufacturer Equipment: Contractors may offer remanufactured equipment to meet this requirement, and they should specify any intent exclusively offer remanufactured equipment or to quote both new and remanufactured equipment, or to quote new equipment also. Manuals: Contractor shall provide operations and maintenance manuals for each piece of equipment that provide operating instructions and detailed information on required preventive maintenance tasks, troubleshooting procedures, and an illustrated parts breakdown for use when ordering repair parts. Warranty: The contractor shall provide a full parts and labor warranty on the equipment for a minimum of 12 months after final acceptance by the government. Delivery: The vendors should explain or propose any manufacturing or delivery lead time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bde80c78b70c3b65724db6293e818ef9)
- Place of Performance
- Address: ACC- Warren (ACC-WRN)(RRAD) ATTN: CCTA-HDR, 100 Main Drive, Building 431 Texarkana TX
- Zip Code: 75507-5000
- Zip Code: 75507-5000
- Record
- SN02933522-W 20121121/121119234250-bde80c78b70c3b65724db6293e818ef9 (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 |