Locomotive Purchase and or Leasing
1.0 Description The U.S. Department of Transportation (U.S. DOT), John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is providing support to the U.S. Army's Rail Moder... 1.0 Description The U.S. Department of Transportation (U.S. DOT), John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is providing support to the U.S. Army's Rail Modernization Program. The U.S. Army's locomotive fleet and railway cars are in critical need of technical support to continue the efficiency and safety of operators and cargo transported by railroad on U.S. Army installations. The Volpe Center is requesting information as part of its market research to identify companies that are capable of supplying or leasing general purpose new or repowered 2,000 to 3,000 horsepower locomotives. This Sources Sought does not constitute a solicitation and is not to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice. 2.0 Scope The Volpe Center is releasing this Sources Sought to identify interested parties, and solicit information to include but not be limited to the following items. Information to provide may include similar previous work experiences, number of locomotives readily available, estimated schedules when locomotives can be made available, and general information on the subject matter that demonstrates capabilities to provide locomotives described below for purchase or lease. 1. Ability to provide, for purchase and/or lease, new or repowered/refurbished locomotives in the 2,000 horsepower to 3,000 horsepower range with the following characteristics: a. Meet current EPA and FRA regulations and compliant diesel locomotives equipped with the following: i. Microprocessor control ii. CCB26 electronic air brake iii. Event recorder iv. AAR crashworthiness standards b. Ability to deliver locomotives to a location on the East Coast and West Coast via applicable Class One Railroad Interchange Rules and Regulations c. Ability to provide a maintenance package on purchase locomotives 2. Ability to lease the locomotives described above for a term from one to four years with maintenance packages that can be applied to the lease. 3.0 Submission Instructions Interested Contractors shall submit a written Statement of Capabilities of sufficient detail demonstrating their understanding, technical capabilities, knowledge and expertise of the Section 3.0 description of requirements (above) and a rough order of magnitude for the described tasks. The Contractor shall describe capabilities, knowledge and expertise to perform the above tasks. Additionally, the Contractor must describe how the services relate to the Contractor's relevant past performance three (3) previous or current experiences in the past five (5) years). Capability information for the three (3) previous or current past performance experiences shall include: Contract number; Customer (Government agency, private industry); Contracting Officer's Representative (COR) name, telephone and fax numbers; contract value and type of contract; period of performance; and description of product/services. Information provided shall be detailed and shall show technical capabilities, knowledge, and expertise so the Government can assess the ability to provide the described services in each of the above stated work areas. All of the requested information should be conveyed in no more than eight (8) pages. Page size is set at 8.5" X 11" and text should be no smaller than 11 point and double spaced. Each response must reference the Sources Sought title. Ensure to provide the Contractor's name and the following Contractor information: 1) Point of Contact (along with telephone and email address); 2) DUNS Number and CAGE Code; 3) Contractor Address; and 4) NAICS code as registered in the System for Award Management. Interested small businesses shall indicate their socio-economic small business size status (Total Small Business, 8(a) business development, historically underutilized business zone, service disabled veteran owned, small disadvantaged, or woman-owned) in the appropriate North American Industry Classification System (NAICS) code. As a result of recent changes to the Federal Acquisition Regulation (FAR) Part 19, small business concerns must ensure that their status certifications are up to date. Interested parties must respond to this announcement in writing by May 6, 2019 at 2:00 pm Eastern Time. Telephone requests will not be honored. All responses must be submitted via e-mail to Rachelle Faiteau, Rachelle.faiteau@dot.gov 4.0 Information Availability THIS NOTICE IS NOT A REQUEST FOR PROPOSAL AND NO FORMAL SOLICIATION EXISTS AT THIS TIME. This notice is for information and planning purposes only, and is a market research tool to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and possible issuance of a Request for Proposal. The notice does not constitute a solicitation for bids, quotations, and proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government is not obligated to and will not pay for any information received from potential sources as a result of response to this Sources Sought notice. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Submissions must be disclosable to the public or the submitter should provide a summary statement that can be disclosed to the public with fuller supporting information that is clearly marked as restricted. The Government will use customary means to safeguard proprietary information, but only when such information is (1) clearly marked as proprietary; (2) is, in fact, information that could not have been obtained from another party or source; and (3) is otherwise deserving of such treatment under standards and processes described in the Freedom of Information Act (FOIA) and Executive Order 12600.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »