Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2020 SAM #6761
SOLICITATION NOTICE

22 -- Repair and Maintenance of the Trolley Track System

Notice Date
6/1/2020 10:55:29 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
 
ZIP Code
02142
 
Solicitation Number
6913G620R200006
 
Response Due
6/18/2020 11:30:00 AM
 
Archive Date
07/03/2020
 
Point of Contact
David J. Berger, Phone: 6174943470, Fax: 6174943024, Daniel J. Leone, Phone: 6174942128, Fax: 6174943024
 
E-Mail Address
david.berger@dot.gov, daniel.leone@dot.gov
(david.berger@dot.gov, daniel.leone@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Government contemplates award of a Firm Fixed Price Construction contract in Accordance With (IAW) Federal Acquisition Regulation (FAR) Part 15 and Part 36. This acquisition is for rail trolley track system repair and maintenance services that are common in the Commercial Marketplace. This Contract is for the repair and maintenance of the trolley track system at the Lowell National Historical Park in Lowell, Massachusetts. The Contractor, not as an agent of the Government, shall furnish all personnel, equipment, supplies, facilities, equipment materials, and management necessary to provide the services under this Contract. The Contractor shall provide all services, supervision (planning, coordination and meetings), labor, materials, tools, and equipment (except when specified as Government furnished), permits, testing, reports and specified deliverables as required to provide maintenance and repair of 0.5 miles of trolley track at the Lowell National Historical Park in Lowell, MA as specified herein the Statement of Work. Work shall be completed as specified herein, in accordance with the contract terms and conditions, attachments and Section C of the attached SF-1442 Solicitation. A pre-proposal site visit is not able to be held at this time based on the current State of Emergency in Massachusetts due to COVID-19. However, a pre-proposal webex will be held on June 8, 2020 at 1:00pm and site videos will be made available to all interested parties.� All interested parties should contact David.Berger@dot.gov to be added to the interested parties list and to receive the site visit video link. The Government will not reimburse any interested part, vendor or subsequent successful contractor for any related costs. This is a voluntary video site visit and webinar to help the contractor price the services described in this solicitation. The video site visit and pre-proposal webinar will be coordinated by the Contracting Officer. The Offeror�s proposal shall be submitted electronically to the David Berger, Contracting Officer at David.Berger@dot.gov no hard copies will be accepted.��� There is a Bonding requirment for this contract.� The Contractor shall provide Performance and Payment Bonds in accordance with FAR 52.228-15.� Take this under consideration when you contemplate bid. All instructions�to submit a bid are located in�the attached SF-1442 Solicitation.� Please pay close attention to the instuctions and specifics for this solicitation. DESCRIPTION/STATEMENT OF WORK (SOW) as part of the Attached SF-1442 Solicitation DESCRIPTION This Contract is for the repair and maintenance of the trolley track system at the Lowell National Historical Park in Lowell, Massachusetts. The Contractor, not as an agent of the Government, shall furnish all personnel, equipment, supplies, facilities, equipment materials, and management necessary to provide the services under this Contract. The Contractor shall provide all services, supervision (planning, coordination and meetings), labor, materials, tools, and equipment (except when specified as Government furnished), permits, testing, reports and specified deliverables as required to provide maintenance and repair of 0.5 miles of trolley track at the Lowell National Historical Park in Lowell, MA as specified herein the Statement of Work. Work shall be completed as specified herein, in accordance with the contract terms and conditions, attachments and Section C of the attached SF-1442 Solicitation. STATEMENT OF WORK (SOW) BACKGROUND The Lowell National Historical Park�s trolley system has been in operation for more than 36 years. The trolley system is currently in a general state of good repair. However, the trolley system is reaching its end-of-life at which critical component renewals are needed in addition to enhanced preventative maintenance activities. This work requires replacement of timber ties and surrounding ballast for a 0.5 mile of track from Swamp Locks to Wye (mostly along Dutton Street and behind Lowell High School). Included in this work is drainage improvement in areas where discrete storm water pools. This project will also remove an unused and unnecessary rail spur at the Moody Street Feeder House turn-out. This removal of the Moody Street turn out includes removing the track, a manual switch, and a rail stop. All of these items shall be removed, salvaged and/or delivered to the government for possible re- use. Due to this removed turn-out, contractor shall install rail track to rejoin the existing track and new electrical rail bonding straps to close the line where the Moody Street Feeder Spur is removed. SCOPE OF WORK Contractor shall provide all labor, material, tools and equipment to repair and maintain 0.5 mile of trolley track at the Lowell National Historical Park. The track work shall include: � Ballast replacement (existing ballast shall be removed and disposed of) � Cross tie replacement (existing damaged/unusable ties shall be removed and disposed of) � Drainage improvements. � Repair or replace existing electrical rail bonding traps per American Railway Engineering and Maintenance-of -Way Association (AREMA) Manual Chapter 33, Part 8.1.30. � Rail track modifications and removals � Remove the track, and switch from the Moody Street Feeder Gatehouse Spur up to the Rail Stop. � Remove the rail bumping post and retain for reuse at Dutton Street. The Moody Street Spur area shall be restored to similar surrounding conditions (paved with asphalt). � Reinstall the removed Rail Bumping Post to the end of usable track at the Dutton Street Spur TASKS CLIN 00100 � Track Repair and Maintenance: (3 tasks) TASK 1/� Contractor shall replace Cross Ties and Resurface track. a. Tie installation (approximately 400 ties (8�-6"" Long) and 125 Switch ties (17� Long) see material/product information below) shall be at standard 19.5 in. spacing. Ballast replacement shall be to a depth of 3 to 6 inches below tie bottom. If an obstruction is encountered, then the depth can be modified as approved by the Contracting Officer�s Representative (COR). (NOTE: If modification may result in a change in price, then approval must be consented to and made by the Contracting Officer (CO).) The following items identify the areas of work and the non- work areas using Catenary Pole numbers and/ or Street Names: i. Swamp Locks Spur (Dutton Street Spur) (End of usable track to switch) - Spot tie replacement of approximately 55 Ties. Existing ballast shall be cleared to 3"" to 6"" below existing ties and replaced with new ballast. The area shall then be surfaced and tamped. ii. Swamp Lock Rail Stop to Switch � Spot ties replacement of approximately 22 ties. Existing ballast around tie replacements shall be cleared to 3"" to 6"" below existing ties and replaced with new ballast. The area shall then be surfaced and tamped. No work shall be performed in way of the existing platform. iii. Swamp Lock Spur Switch. Completely disassemble to provide access to replace all switch ties (approximately 60). Clear ballast to at least 6"" below existing ties. Reassemble switch, install new switch ties, re-ballast, surface, and tamp. Replace the missing manual switch stand mechanism (Model 51A) with a new switch stand. iv. Swamp Lock Switch to Broadway Street: No work needed for area in way of the utility bridge between existing Poles 6 and 7. From switch to Bridge � replace approximately 7 ties, from bridge to newly installed Broadway Street Crossing � replace approximately 46 ties. Existing ballast shall be cleared to 3"" to 6"" below existing ties and replaced with new ballast. The area shall then be surfaced and tamped. v. No work needed at the Broadway Street crossing. vi. Broadway Street (Approximately Pole 12) to Market Street � Replace approximately 91 ties. Existing ballast shall be cleared to 3"" to 6"" below existing ties and replaced with new ballast. The area shall then be surfaced and tamped. vii. No work needed at the Market Street crossing. viii. From Market Street to Visitor Center Platform: (From street to switch) Replace approximately 20 ties. In way of switch � replace approximately 32 switch ties. After switch and before the platform (on main line and spur) � replace approximately 14 ties. Existing ballast shall be cleared to 3"" to 6"" below existing ties and replaced with new ballast. The area shall then be surfaced and tamped. ix. No work needed in way of the Visitor Center - Rail Stop Platform. x. From the Visitor Center platform to Merrimack Street � replace approximately 18 ties. Existing ballast shall be cleared to 3"" to 6"" below existing ties and replaced with new ballast. The area shall then be surfaced and tamped. xi. No work needed at the Merrimack Street crossing to the Moody Street Feeder House Platform. xii. From the Moody Street Feeder House to end of Spur (Rail Bump Stop) - Disassemble switch and rail - turn over to National Park Service. Remove and retain for reuse the Rail Bump Stop. The area in way of the removed rail shall be repaved per City of Lowell specifications. Install new 115RE Rail in way of the removed switch using bolted rail joints. Install approximately 50 ties in zone of removed switch. Remove and reinstall new ballast from 3"" to 6"" below existing ties, surface area and tamp. xiii. From Moody Street Switch to WYE Switch (behind Lowell High School) � replace approximately 30 ties. Existing ballast shall be cleared to 3"" to 6"" below existing ties and replaced with new ballast. In zone with good ties, clear ballast from canal side-end of ties to 3 in. below tie bottom and replace with new ballast. The entire area shall then be surfaced and tamped. TASK 2 - The Contractor shall replace the existing damaged or missing electrical rail bonding straps per American Railway Engineering and Maintenance-of -Way Association (AREMA) Manual Chapter 33, Part 8.1.30. Approximately 40 short and 3 long rail bonding straps that are missing at rail joints. This includes the areas in Task 1 where the spur switches are to be disassembled and removed or reinstalled. TASK 3 � The Contractor shall relocate the removed rail bumping post from Moody Street Spur and reinstall it at the end of usable track at the Dutton Street Spur. CLIN 00200/Task 4 (Option) � If option is exercised, the Contractor shall prepare and install a new drainage trough between Pole #6 and Pole #10 of the existing track and Dutton Street retaining wall. The trough shall be pitched to allow water to drain toward Dutton Street. The trough area shall be restored to match surrounding conditions. Work Procedures (CLIN 00100) 1.0 Crosstie Installation A. Standard tie spacing of cross ties shall be 19 to 20 inches or as otherwise designated. Joint ties must be carefully located and centered for proper joint support. B. Ties shall be placed at right angles to the rail. Skewing in excess of 1 inch measured at the gauge line shall not be permitted as per AREMA manual. C. Place ties with the heartwood down and square to the rail. Do not damage ties with spiking hammers or picks when handling or spacing ties. Use tie tongs, lining bars and other suitable tools or tie spacing equipment D. The bottom of rail, tie plates and bearing surface of the tie shall be free of mud, dirt or other foreign matter that would prevent full bearing. E. Tamping: 1. Tamp ballast with a 16 tool vibrating squeeze-type mechanical tamper with the tamping tools being inserted by separate vertical and horizontal strokes. Make no less than two full tamping insertions per tie to insure uniform ballast compaction under the tie. 2. Tamp every tie for a distance of 15 inches from either side of the centerline of each rail. Do not tamp ballast at the tie's center, but fill this space with ballast to conform to the indicated section. 3. Tampers shall be designed to operate through station platforms and such other close clearance areas, and must be capable of automatically lifting and tamping out-of-face. 4. Use a level board throughout to determine that the cross level and super-elevation conform to tolerances. The level board shall be calibrated frequently, twice per day as a minimum as per AREMA manual. F. Downed Ties: If any ties lose contact with the rail for any reason during the replacement operation, the Contractor shall pull the spikes, clean out any ballast between the rail, tie plate and tie, tamp the tie tight against the rail, plug the old spike holes and re-spike the tie with new spikes. G. Remove and reinstall all anchors to match existing pattern. Box anchor every other tie or every tie as directed to match existing. Any damaged, broken or bent anchors shall be replaced with Contractor furnished new anchors 2.0 Spiking A. Standard tie plates shall be fastened with 2 rail holding spikes. Curved trackage of more than 2 degrees shall have an additional plate holding spike. B. Track spikes must be started and driven vertically with face of shank in contact with rail and square with rail so that face of spike will have full hold on rail base. Damage to tie timber fiber must be minimized; goosenecks or drawing of rail in spike driving will not be permitted as per AREMA manual. Spikes shall be set down after traffic has settled the tie plate into the tie. Care must be taken not to overdrive, and rail must not be gaged or struck with spike maul or other tool. Power spike drivers are preferred for efficiency. 3.0 Line, Surface, Gage and Regulation of Ballast The Contractor shall line, gage and surface track and dress ballast to correct any deficiencies in the track and ballast (such as humping) as a result of its work to return track structure to an acceptable condition. 4.0 Rail Joints The contactor shall join the rail in accordance with AREMA Volume 1 Chapter 4 Part 3. A. The contractor will document the base condition of the track area and Merrimack Canal walls through annotated photographs or video prior to the start of construction activities. The contractor will notify Volpe COR on vibration mitigation and monitoring and will install crack monitoring gauges at periodic locations over joints and existing cracks along the Merrimack Canal Walls to detect movement. The contractor will report any movement detected by crack gauges to the Volpe COR immediately. Survey and monitoring records will be made available to the COR upon request. B. The contractor will notify the Volpe COR immediately of any activities that have caused or are likely to cause damage to historic properties (Merrimack Canal Walls) contributing to the Locks and Canals National Historic Landmark District or Park and Preservation District National Register District. This notification shall be made in writing by email so that the Volpe Center CO or COR can provide further direction to the contractor. 5.0 Cleanup The Contractor shall be responsible for the complete cleanup and removal from the right-of-way of all track materials, debris, containers, etc., that has accumulated from the work during performance. Material/Products - Contractor shall provide manufacturer�s cut sheets for the following items: 1.0 Ballast Material: Ballast shall consist of crushed trap rock and shall conform to the latest edition of American Railway Engineer Association Manual for Railway Engineering Volume 1 Chapter 2, Section 2.4. Gradation: Use AREMA gradation size No. 4 or 4A. Approval of Source: The Contractor shall provide documentation that the proposed source of ballast that meets the AREMA Table 1-2-1. Sampling and Testing: The contractor shall store the ballast on-site in a manner that prevents contamination. If ballast becomes contaminated, the contractor shall be responsible to recertify the ballast. 6.0 New Timber Cross Ties and Crossing Timbers 1. General: Conform to AREMA Manual, Chapter 30, Part 3, Timber Cross Ties, except as supplemented and modified herein: Acceptable Wood: Locally sourced timber ties that meet the requirements of AREMA Volume 1 Part 30 Chapter 3 Section 3.1. (Table 30-3-1, Common Group - Ta) 2. Size: a. Dimensions of timbers shall not be averaged. b. Standard crossties to conform to AREMA Chapter 30 Specifications for timber industrial grade crossties: 6"" X 8"" X 8'-6"". c. The Switch crossties shall to conform to AREMA Chapter 30 Specifications for timber industrial grade crossties: 6"" X 8"" X 17� long (max.). d. Length of the installed crossing timbers shall match existing cross timber. Sawed tops, bottoms, and sides. Make top and bottom sides parallel and cut ends square. 3. Anti-Splitting Devices: a. General: Install end plate anti-splitting devices in both ends of all ties and timbers prior to treatment. b. Steel End Plate: Eighteen gauge galvanized sheet steel, sized to cover a minimum of 75% of the end of the tie and centered on the end of the tie. c. For end plate application, clamping machines shall have a clamping capability of 250 pounds per square inch. Ties shall be clamped, and end plated in one continuous operation. 4. Seasoning: Conform to AREMA Manual, Chapter 30 ""Wood Preserving"", except as modified as follows: 5. Treatment: Preservative: shall be in accordance with AREMA Manual, Chapter 30, ""Specifications for Treatment."" Contractor shall provide the new timber tie documentation and the source from which the ties are coming from, including the treatment and seasoning of the ties to verify they meet AREMA Chapter 30. 7.0 Other Track Materials (OTM) A. General: All OTM to match existing rail size or 115# rail if it is being replaced. Replacement rail shall be new and manufactured for use with a 6 inch rail base unless using the existing material. B. Tie Plates: Reuse existing tie plates. The Contractor shall replace corroded, bent or damaged tie plates with new or relay 7-3/4"" by 14"" double shouldered tie plates. C. Rail Anchors: Rail anchors shall be replaced if damaged or broken and shall be installed to AREMA standards. Existing anchors in usable condition may be reinstalled, EXCEPT all fair type drive on anchors shall be replaced with new anchors. New replacement anchors shall be ""Trueloc"" as manufactured by True Temper or ""Unit Spring Anchor"" as manufactured by Unit Rail Anchor or approved equal suited to the rail section at the required location is acceptable. Unit drive-on style anchors will be permitted. D. Drive Spikes: �"" x 12"" with 6"" threaded length. As manufactured by Lewis Bolt and Nut Company, or approved equal conforming to ASTM Specification A66. E. Rail: Shall be new or relay quality conforming to the requirements of AREMA Chapter 4. Work Plan: The Contractor shall submit prepared work plan detailing general construction practices to meet the track work requirements. The work plan shall include descriptions, cut sheets, and sketches of the following: � Construction sequences and schedules � Material handling procedures � Handling and placing ties � Handling and placement of ballast � Manufacturer's data, catalog cuts, and specifications for each product � Source of ballast � Source of ties Existing Utilities: � The Contractor shall notify the utility companies of proposed locations and times of excavations. � The Contractor shall be responsible for locating and preventing damage to known utilities. If damage occurs, the Contractor shall be responsible for the repair at no additional cost to the Government. � The contractor must contact Massachusetts ""Dig-Safe"" at https://www.mass.gov/guides/about-dig- safe or (811) 72 hours prior to beginning work in any area during performance of this work. Health and Safety Plan: The Contractor shall develop a Health and Safety Plan (HASP) in accordance with 29 CFR Part 1926 to ensure safety of personnel during construction. The Contractor will provide a copy of the HASP to the Government within 7 days of award for review and approval prior to performance of any work. The Government will review and approve within 3 days of receipt. Workmanship: All work shall be performed in accordance with best practice of 29 CFR 1910 - Occupational Safety and Health Standards and 29 CFR 1926 � Safety and Health Regulations for Construction, and shall satisfy the standards, regulations, requirements, and recommended practices of the CFR and installation specification documents identified herein. Completion of work must satisfy AREMA Part 5 � Article (Completion of Work). Pollution Control: The Contractor shall comply with all requirements identified in the Health and Safety Plan (HASP above), as well as 33 CFR and other applicable local, State, and/or Federal requirements for environmental protection of the atmosphere, land, and waters. Fire Protection: Fire protection requirements shall be identified by the Contractor in the HASP prepared for this project. Hazardous material: Disposal of hazardous material shall be in accordance with local, State and Federal regulations. Onsite Construction Crew: � The contractor shall arrange and supply all services for this project including but not limited to electricity, fuel, compressed air and safety/sanitary related products required to perform the work. � The contractor shall coordinate with the City of Lowell for police details for work being completed along Dutton Street. � The contractor shall obtain all local, State and Federal permits to perform the work required by the SOW. Quality Control: The contractor shall document the existing profile, alignment and gauge geometry of the trolley tracks. Deviations from the existing geometry shall be allowed only in keeping with existing conditions as needed. Once the work is completed, the contractor shall provide an independent track inspection from a qualified and experience inspector noting the track geometry conditions and any potential safety issues or additional work. This inspection shall comply with FRA CFR 213.233 Standards: All work shall conform to the American Railway Engineering and Maintenance Association (AREMA) Manual for Railway Engineering and AREMA Portfolio of Track work Plans (2019 edition); and all other applicable standards. Government Furnished Information: NEPA Documentation is provided from the National Parks Service in Attachment J-1. Pre-Construction Site Visit: Prior to the start of the proposed work, a walk-through of the site by the Contractor, the Volpe Center COR and a National Park Service representative, jointly, is required. Sustainable Acquisition Requirement: To the maximum extent possible and consistent with the Federal Acquisition Regulations (FAR)Part 23, the Government requires the Contractor to provide or use products that are: energy efficient (ENERGY STAR� or Federal Energy Management Program (FEMA)-designated); water-efficient; bio-based; environmentally preferable (e.g., EPEAT registered, or non-toxic or less toxic alternatives); non-ozone depleting; or made with recovered materials. Unless otherwise identified in the SOW, each recovered material or bio-based product provided and delivered must meet, but may exceed, the minimum recovered materials or bio-based content of an EPA- or USDA- designated product. The sustainable acquisition requirements specified herein apply only to products that are required to be: (1) delivered to the Government during contract performance; (2) acquired by the contractor for use in performing services (including construction) at a Federally controlled facility; (3) furnished by the contractor for use by the Government; or (4) specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0db47ffa4d1b4432a25b0226e88c6714/view)
 
Place of Performance
Address: Cambridge, MA 02142, USA
Zip Code: 02142
Country: USA
 
Record
SN05675957-F 20200603/200601230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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