Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1999 PSA#2341

55 Broadway; Cambridge, MA 02142

22 -- RAIL-TO-SHIP SPREADER BAR SYSTEM SOL DTRS57-99-R-000162 DUE 051399 POC Point of Contact -- Teresa Lee-Fierstein, Contract Specialist, (617) 494-3024 (Fax) WEB: Volpe Center Acquisition Division home page, http://www.volpe.dot.gov/procure/index.html. E-MAIL: Contract Specialist, leefierste@volpe.dot.gov. This is Amendment Number 1. The numbered solicitation is amended to extend the period of performance. The hour and date specified for receipt of offers is extended. Offers must acknowledge this amendment by including a reference to the solicitation and Amendment Number. In accordance with Federal Acquisition Regulation (FAR) 12.603 (c) (2) (i), Streamlined solicitation for commercial items, this is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. DTRS57-99-R-00016 is issued as a request for proposal (RFP). This is Amendment Number 1. The numbered solicitation is amended to extend the period of performance. The hour and date specified for receipt of offers is extended. Offers must acknowledge this amendment by including a reference to the solicitation and Amendment Number. In accordance with Federal Acquisition Regulation (FAR) 12.603 (c) (2) (i), Streamlined solicitation for commercial items, this is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. DTRS57-99-R-00016 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. This solicitation is not a small business set-aside; the standard industrial classification code is 3531, and the small business size standard is 500. Requirements: The contractor for this acquisition shall provide a spreader bar system for the U. S. Army Transportation Terminal Group, Military Ocean Terminal at Sunny Point, Southport, NC (MOTSU). The new spreader bar system shall increase the speed and efficiency of the container transfer to load (rail and truck to ship) and unload (ship to rail or truck) cargo at this port facility allowing the crane to lift two 20 ft. ISO containers at once, or one 40 ft. container. The contractor shall design, fabricat This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. This solicitation is not a small business set-aside; the standard industrial classification code is 3531, and the small business size standard is 500. Requirements: The contractor for this acquisition shall provide a spreader bar system for the U. S. Army Transportation Terminal Group, Military Ocean Terminal at Sunny Point, Southport, NC (MOTSU). The new spreader bar system shall increase the speed and efficiency of the container transfer to load (rail and truck to ship) and unload (ship to rail or truck) cargo at this port facility allowing the crane to lift two 20 ft. ISO containers at once, or one 40 ft. container. The contractor shall design, fabricat e, deliver, paint, install, test and provide the necessary training to operate and maintain under normal conditions a spreader bar system as specified and defined by the following requirements. A) System Requirements: The rail-to-ship/ship-to-rail spreader bar system shall provide for quick and accurate positioning of the containers under the crane on rail cars; it shall also be able to compensate for any remaining container misalignment. In addition, the system shall be able to pick up two 20 ft. containers which are typically spaced apart on a rail car, and then bring the containers together for placement into a typical ship's cargo cell. The spreader bar system shall be configured for installation on the existing Paceco gantry cranes, dockside at MOTSU. B) Vision System: For posit e, deliver, paint, install, test and provide the necessary training to operate and maintain under normal conditionsa spreader bar system as specified and defined by the following requirements. A) System Requirements: The rail-to-ship/ship-to-rail spreader bar system shall provide for quick and accurate positioning of the containers under the crane on rail cars; it shall also be able to compensate for any remaining container misalignment. In addition, the system shall be able to pick up two 20 ft. containers which are typically spaced apart on a rail car, and then bring the containers together for placement into a typical ship's cargo cell. The spreader bar system shall be configured for installation on the existing Paceco gantry cranes, dockside at MOTSU. B) Vision System: For posit ioning the containers under the crane on rail cars, the system shall include a vision system, which will provide live video views of the containers below the crane to the train engineer. The vision system shall be mounted and used in such a way as to be unobtrusive to cargo handling operations. The vision system shall be able to withstand themarine environment and shall comply with all applicable explosives handling signal transmission and safety requirements, including Federal Communications Commission requirements. C) Spreader System: The rail-to-ship/ship-to-rail spreader bar system shall have a capacity of up to 50 Long Ton and telescoping grips to lift 20/40/45/T20 standard cargo containers. The spreader bar shall include center housing of a design which provides up to 5 3/8 in. ioning the containers under the crane on rail cars, the system shall include a vision system, which will provide live video views of the containers below the crane to the train engineer. The vision system shall be mounted and used in such a way as to be unobtrusive to cargo handling operations. The vision system shall be able to withstand the marine environment and shall comply with all applicable explosives handling signal transmission and safety requirements, including Federal Communications Commission requirements. C) Spreader System: The rail-to-ship/ship-to-rail spreader bar system shall have a capacity of up to 50 Long Ton and telescoping grips to lift 20/40/45/T20 standard cargo containers. The spreader bar shall include center housing of a design which provides up to 5 3/8 in. of vertical movement and independently floating housings to enable a twin lift spreader to handle unevenly stacked or deformed 20 ft. containers. In addition, the spreader bar shall include an effective lifting system to accomplish twin 20 ft. container lifts directly from or to railcars. The spreader bar system shall include the following features and controls: 1) Side Shift. The spreader bar shall provide side shift motion of +/- 18 inches to compensate for any gross misalignment of the containers under the crane. The system shall be painted to provide for marine environment protection to minimize corrosion and color match existing spreader bar. Side shift is a feature which enables the spreader bar to move as a unit in the longitudinal direction (along the path of the rail), to p of vertical movement and independently floating housings to enable a twin lift spreader to handle unevenly stacked or deformed 20 ft. containers. In addition, the spreader bar shall include an effective lifting system to accomplish twin 20 ft. container lifts directly from or to railcars. The spreader bar system shall include the following features and controls: 1) Side Shift. The spreader bar shall provide side shift motion of +/- 18 inches to compensate for any gross misalignment of the containers under the crane. The system shall be painted to provide for marine environment protection to minimize corrosion and color match existing spreader bar. Side shift is a feature which enables the spreader bar to move as a unit in the longitudinal direction (along the path of the rail), to p ick up the misaligned containers and then return to a previously defined position under the crane for subsequent transfer of the containers to the ship or vice versa; and 2) Center Spacing with Variable Separation Control. The rail-to-ship spreader bar shall be able to pick up two 20 ft. containers which are separated longitudinally on a rail car under the crane, then bring the containers together to be placed into a ship's 40 ft. cargo cell. An independent control system for the center spacing feature shall allow the spreader bar to pick up two 20 ft. containers which are separated by any distance from 0 to 36 inches. The reverse moves from ship to rail will also require this flexibility. Training: Training shall provide for two operators, two locomotive engineers, two ground service ick up the misaligned containers and then return to a previously defined position under the crane for subsequent transfer of the containers to the ship or vice versa; and 2) Center Spacing with Variable Separation Control. The rail-to-ship spreader bar shall be able to pick up two 20 ft. containers which are separated longitudinally on a rail car under the crane, then bring the containers together to be placed into a ship's 40 ft. cargo cell. An independent control system for the center spacing feature shall allow the spreader bar to pick up two 20 ft. containers which are separated by any distance from 0 to 36 inches. The reverse moves from ship to rail will also require this flexibility. Training: Training shall provide for two operators, two locomotive engineers, two ground service persons, two maintenance persons, and one supervisor. Training will be provided for both operation and maintenance for all trainees. The training sessions shall be one to two eight-hours days in length. The contractor shall furnish all training materials and visuals. Delivery Requirements: The spreader bar system shall be shipped to MOTSU, Southport, NC, FOB Destination, where the contractor shall install, on a non interference basis with MOTSU schedules, the system on the crane and locomotive at MOTSU. The installation task shall include, but not be limited to: a) Installation of the spreader bar system on the existing gantry crane #2; b) Integration of the spreader bar system controls with the crane controls and any parts necessary for the successful completion of the task; c) Inst persons, two maintenance persons, and one supervisor. Training will be provided for both operation and maintenance for all trainees. The training sessions shall be one to two eight-hours days in length. The contractor shall furnish all training materials and visuals. Delivery Requirements: The spreader bar system shall be shipped to MOTSU, Southport, NC, FOB Destination, where the contractor shall install, on a non interference basis with MOTSU schedules, the system on the crane and locomotive at MOTSU. The installation task shall include, but not be limited to: a) Installation of the spreader bar system on the existing gantry crane #2; b) Integration of the spreader bar system controls with the crane controls and any parts necessary for the successful completion of the task; c) Inst allation of the vision system on the crane, and the video display system for the train engineer on the locomotive; and d) Documentation -- The contractor shall provide both hard copies and computer files for the following documentation relating to spreader and vision system: project schedule, engineering drawings and parts list, site test plan, operations and maintenance requirements, training manuals and spare parts. All items, including the spreader bar system, the vision system, documentation, and manuals shall be shipped, installed, tested, and all training completed and delivered for Volpe Center inspection and acceptance within seven months from date of award. Warranty shall be standard commercial for one year starting as of the acceptance date of the entire system by Volpe. Soli allation of the vision system on the crane, and the video display system for the train engineer on the locomotive; and d) Documentation -- The contractor shall provide both hard copies and computer files for the following documentation relating to spreader and vision system: project schedule, engineering drawings and parts list, site test plan, operations and maintenance requirements, training manuals and spare parts. All items, including the spreader bar system, the vision system, documentation, and manuals shall be shipped, installed, tested, and all training completed and delivered for Volpe Center inspection and acceptance within seven months from date of award. Warranty shall be standard commercial for one year starting as of the acceptance date of the entire system by Volpe. Soli citation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Aug 1998) is hereby incorporated by reference. Solicitation provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) -- Evaluation factors are : (1) technical capability, and (2) price. Note that an offer must be determined to be technically acceptable to be considered eligible for contract award. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 1999) with the offer. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (May 1999), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercia citation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Aug 1998) is hereby incorporated by reference. Solicitation provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) -- Evaluation factors are : (1) technical capability, and (2) price. Note that an offer must be determined to be technically acceptable to be considered eligible for contract award. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 1999) with the offer. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (May 1999), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to ImplementStatutes or Executive Orders-Commercia l Items (May 1999), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: 52.203-6 Restrictions on Subcontractor Sales to the Government. (Jul 1995) (ALT I) (Oct 1995); 52.219-8 Utilization of Small Business Concerns (Jan 1999); 52.222-26 Equal Opportunity (Feb 1999); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); 52.225-9, Buy American Act-Trade Agreements-Balance of Payments Programs (Jan 1996); 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Jun 1997). The following addendum is applicable to l Items (May 1999), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: 52.203-6 Restrictions on Subcontractor Sales to the Government. (Jul 1995) (ALT I) (Oct 1995); 52.219-8 Utilization of Small Business Concerns (Jan 1999); 52.222-26 Equal Opportunity (Feb 1999); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); 52.225-9, Buy American Act-Trade Agreements-Balance of Payments Programs (Jan 1996); 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Jun 1997). The following addendum is applicable to this solicitation and any resultant contract: YEAR 2000 COMPLIANCE (DEC 1998) The Contractor shall ensure that each hardware, software, and firmware product (product) delivered under this contract shall be Year 2000 compliant. This means being able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. Furthermore, the product, when used in combination with other Year 2000 compliant information technology shall accurately process and exchange date/time data with it. The Government will identify the existing technology with which the new technology will be used and specify whether it is Year 2000 compliant. Two co this solicitation and any resultant contract: YEAR 2000 COMPLIANCE (DEC 1998) The Contractor shall ensure that each hardware, software, and firmware product (product) delivered under this contract shall be Year 2000 compliant. This means being able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. Furthermore, the product, when used in combination with other Year 2000 compliant information technology shall accurately process and exchange date/time data with it. The Government will identify the existing technology with which the new technology will be used and specify whether it is Year 2000 compliant. Two co pies of each offer must be delivered to the U.S. Department of Transportation, Volpe National Transportation Systems Center, ATTN: Ms. Teresa Lee-Fierstein, DTS-853, 55 Broadway, Kendall Square, Cambridge, MA 02142-1093 no later than 2pm local time on May 13, 1999. The package must be marked RFP: DTRS57-99-R-00016. FAX questions to Ms. Lee-Fierstein at 617-494-3024. pies of each offer must be delivered to the U.S. Department of Transportation, Volpe National Transportation Systems Center, ATTN: Ms. Teresa Lee-Fierstein, DTS-853, 55 Broadway, Kendall Square, Cambridge, MA 02142-1093 no later than 2pm local time on May 13, 1999. The package must be marked RFP: DTRS57-99-R-00016. FAX questions to Ms. Lee-Fierstein at 617-494-3024. Posted 05/05/99 (D-SN328076). (0125)

Loren Data Corp. http://www.ld.com (SYN# 0401 19990507\22-0001.SOL)


22 - Railway Equipment Index Page