The RFP Database
New business relationships start here

Overhead Catenary Supply (OCS) Wooden Pole Replacement at Lowell National Historical Park


Massachusetts, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SUMMARY:

The U.S. Department of Transportation, Volpe National Transportation Systems Center (Volpe Center), will be hosting a site visit on Thursday, November 14, 2019 at 10:00am at the Lowell National Historical Park (LOWE), to conduct market research and identify interested parties capable to support the tasks listed below. This Sources Sought Notice 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 or attending the site visit.


BACKGROUND:


LOWE, a unit of the National Park Service (NPS) operates a 1.5 mile electrified trolley system. LOWE's trolley system has been in operation for 36+ years and is the principal way the park moves visitors and school groups between its scattered historical sites. The trolley is part of LOWE's visitor experience and essential to the park's operation. The Volpe Center in support of the NPS, has been tasked with a project to perform trolley system rehabilitation that includes replacing poor condition Overhead Catenary Supply (OCS) wood poles with steel poles along the core half mile extent of the system.


TASK:


Modifications to Lowell Trolley System - Replace 38 wooden poles for the catenary with new steel poles


Replace 38 wood poles with steel poles along the Swamp Locks to Wye segment of LOWE's Trolley Catenary System. This will consists of replacing the existing wood poles with steel poles and reattaching the overhead contact system. The work will require:


1.    Following all Federal State and Local laws including obtaining all required permits.
2.    Furnish and install poles, foundations, back guys (if necessary) and pole hardware, surge arrester grounding (if necessary), and pole number signs and danger signs.
3.    Provide secure storage facility for receiving, protecting, and storing materials.
4.    Provide necessary equipment and hardware to perform all work.
5.    Open and restore street, sidewalk, and landscaped areas where necessary.
6.    Coordinate with local police department to provide traffic control when the work is located in street, sidewalk, or driveways.
7.    Protect and relocate underground utilities, protect pole mounted utilities, install and removal of temporary poles. Restore any utilities damaged by work performed.
8.    Contractor shall have an archaeologist onsite during all excavation work. They will observe all ground-disturbing site work for the construction of the new/replacement trolley electrical poles. As new ground is broken, monitor will examine excavated materials and record any significant discoveries.
9.    Coordinate with Volpe Center and LOWE on operating and working on this line during the construction.
10.    Coordinate with utility companies on locating services prior to commencing excavation work and establish the locations of existing utilities, whether above ground or underground.
11.    Reattach trolley wire and re-profile as necessary.
12.    Remove and dispose of wooden poles.
13.    Request LOWE to operate the trolley system to test and verify pole installation and service restoration meets all Federal, State and Local requirements.


SUBMISSION INSTRUCTIONS:


Interested Contractors may submit a written Statement of Capabilities of sufficient detail demonstrating their understanding, technical capabilities, knowledge and expertise of the Tasks to be performed and listed above.


Responses shall also include electrified trolley system experience, estimated timelines and rough order of magnitude for the described tasks. Attendance at the Site Visit is not required but highly encouraged. Contractors shall also provide relevant past performance within the last five years.


Each response shall reference the Sources Sought title, 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 (if applicable).


Part of the purpose of this notice is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. Contractors shall identify any General Services Administration (GSA) Multiple Award Schedules (MAS) that may carry the desired services. Contractors shall identify NAICS code size standard and socioeconomic status for verification.


Interested parties wishing to attend the sources sought site visit must respond November 8, 2019 in writing to Christine Guy at Christine.guy@dot.gov and provide the company name and names of individuals expected to attend.


Interested parties must respond to this source sought announcement in writing by November 22, 2019 at 4:00 pm Eastern Time. Telephone requests will not be honored. All responses must be submitted via e-mail to Christine Guy at Christine.Guy@dot.gov Electronic attachments to the e-mail should be submitted in Microsoft Office 2007 (or later) productivity application formats, or any format that can be imported by Microsoft Office.


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.


 


Christine L. Guy, Contract Specialist, Phone 6174943559, Email christine.guy@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP