Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2016 FBO #5395
SOURCES SOUGHT

22 -- Maintenance of Way (MOW) Tie Remover/Inserter

Notice Date
8/29/2016
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-16-B-0006
 
Archive Date
9/21/2016
 
Point of Contact
Michelle M Lund, Phone: 3097825473, Corbin T. De La Cruz, Phone: 3097827117
 
E-Mail Address
michelle.m.lund3.civ@mail.mil, corbin.t.delacruz.civ@mail.mil
(michelle.m.lund3.civ@mail.mil, corbin.t.delacruz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Life-cycle Maintenance of Way (MOW) Tie Remover / Inserter This notice is issued solely for informational and planning purposes and does not constitute a solicitation or firm requirement. The Army Contracting Command- Rock Island (ACC-RI) is utilizing a Sources Sought for Market Research to determine if other vendors have the capability to fulfill the requirement. This is strictly a Request for Information (RFI) for a tentative requirement of the life-cycle replacement of the Maintenance of Way (MOW) Tie Remover / Inserter which provides rail maintenance. No Request for Proposal (RFP) exists; therefore, responses to the Request for Information (RFI) are not proposals to which ACC-RI can issue orders. ACC-RI is issuing this RFI to determine if an adequate number of qualified interested contractors are capable of providing the life-cycle replacement of the MOW Tie Remover / Inserter described below. The Government will use the responses received for information / planning purposes and to identify potential sources as part of market research. The MOW Tie Inserter / Remover is for operations on standard 56.5" gauge track. The MOW Tie Inserter / Remover must have the production capacity, outreach, track lifting force, and tie extraction for the maintenance of over 100 miles of track. The MOW Tie Inserter / Remover must have the following: Chassis: • Heavy Duty Welded Center Beam Type Steel Frame • Lifting Eyes for Lifting Machine • Bumpers • Keyhole Tie-downs • Tow hitch with pins • Tool Box Power Unit: • Tier III or Tier IV Diesel Engine • Dry Type Air Cleaner • 120 gal. Diesel Fuel Capacity • High Temperature- Low Oil Pressure De-Rate/Shut-Down and Warning System • Electric Start with Neutral Start Feature • Remote Engine Drain Propulsion System: • Four Wheel Hydraulic Drive • Travel Speeds Infinitely Variable up 22 mph • Solid Pillow Block Bearing Supported Axles • Insulated to Prevent Shunting of Track • 24" Diameter, Hub Mounted, Cast Steel Wheels • Air Applied Cobra Shoe Service Brakes • Parking Brake - Spring Applied - Air Released • Air Ride Travel Suspension • Travel Alarm - Switchable for Direction of Travel Lighting & Electrical: • 24 VDC, Circuit Breaker Protected, Electrical System • PLC Electrical Control System • Two Each 4x6 Halogen Travel Lights, Front & Rear • Two Each 4x6 Halogen Work Lights over Each Rail • Two Each Red Marker/Brake Lights, Front & Rear • Amber Strobe • Back-Up Alarm, Switchable for Direction of Travel Cabin: • One Man, Heavy-Duty, Fabricated Steel Cab • Engine Driven Air Conditioner/Heater • Bi-directional, Hi & Lo Tone Air Horns • Tinted Lexan Windows, Safety Glass where equipped with wipers • Windshield Wipers - Travel & Work Viewing Area • Sliding Side Windows • Log Book/Manual box • Adjustable, Mechanical Suspension Operator's Seat with Seat Belt • West Coast Type Mirrors • Standard Instrumentation including Oil Pressure, Coolant Temperature, Hour Meter, Tachometer, Voltmeter, Air Pressure • International Control Symbols • Red Emergency Stop Button • 5# ABC Fire Extinguisher • First Aid Kit Hydraulics: • Hydraulic Tank • Dual, Pressure Compensated, Hydraulic Pumps • Steel Manifold Mounted Electrical Control Valves • Pressure & Return Line Filtration • Joystick Type Hydraulic Operator Controls • Cab Controlled Locks on All Cylinders • Filtered Manual Hydraulic Tank Fill System • Electric Emergency Hydraulic Pump • Continuously Controlled Oil Cooler • Lockable Suction Strainer • Filtration Loop Fittings Tie Insertion / Removal Equipment: • Heavy Duty Workhead • Individually Replaceable Workhead Fingers • Automatic Rail Lift controls with Manual Override • Two 86" Stroke Workheads to work on either side of track • 12,880 lbs. Inserting Force • 20,740 lbs. Removing Force • Suitable for handling wood or concrete ties General: • "Danger Live Track" Retractable Belt • DOT Reflective Tape • Fuel Level Site Gauge on Tank • Hydraulic Reservoir Temperature Gauge in Cab • Installation of Customer Supplied Decals • Remote Fluid Drains - Color Coded • Two Maintenance, Operation and Parts Manuals • 6 Month, 1000 Hours, First to Occur, Standard Warranty Weights & Dimensions: • Estimated Shipping/Operating Weight 37,000 lbs. • Length 36' 9" • Width 9' 8" • Height 10' 1" shipping - 11' 2" Operational All information received in response to the RFI marked "Proprietary" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responders are solely responsible for all expenses associated with responding to this RFI. ACC-RI will not pay for information received in response to this RFI. Responses to the RFI will not be returned. If you believe your company has the capabilities to provide the above specifications, please submit the following information: 1. Company name and mailing address 2. Company point of contact, email addresses and telephone 3. Capabilities Statement 4. Companies DUNS number 5. Cage Code 6. Size category and socioeconomic status Notice to Contractors: All contractors who provide goods or services to the Department of Defense (DoD) must be registered in the System for Award Management (SAM). To register in SAM please go to www.sam.gov. Qualified vendors please submit RFI responses to: Ms. Michelle Lund at michelle.m.lund3.civ@mail.mil and Mr. Corbin De La Cruz at corbin.t.delacruz.civ@mail.mil, by 06 September 2016, 1400 Central Time (CT).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5bcdadf8bc0d9f3afc864967134047d5)
 
Place of Performance
Address: The Military Ocean Terminal Sunny Point (MOTSU), 596th Transportation Battalion, 6280 Sunny Point RD SE, Southport, NC 28461, Southport, North Carolina, 28461, United States
Zip Code: 28461
 
Record
SN04245832-W 20160831/160829235809-5bcdadf8bc0d9f3afc864967134047d5 (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 |
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.