The RFP Database
New business relationships start here

Trolley Track Work at Lowell National Historical Par


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 critical track work along the most used half mile extent of the trolley system, including replacing poor condition wood poles with steel poles.


TASK:


Modifications to Lowell Trolley System - Replace the crossties and ballast from Swamp Locks to the Wye

This task will replace timber crossties and surrounding ballast (1/2 mile) which have surpassed their functional service life. The project will make some drainage improvements where discrete storm water pooling is occurring. Additionally, the project will remove the unused and unnecessary rail spur at the Moody Street Feeder House turn-out and the rail track will be replaced. (The Park will provide the rail track material (GFM) to be installed in the way of the removed spur.) . The spur track, switch, rail-stop and frog will all be salvaged and turned over to the Park for future re-use. The rail stop will be re-used at the Dutton Street Spur.


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 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. In accordance with Federal Acquisition Regulation (FAR) Part 19, small business concerns must ensure that their status certifications are up to date.


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