|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1997 PSA#1916Bi-State Development Agency, 707 North First Street, St Louis, Missouri
63102 22 -- REQUEST FOR PROPOSALS FOR LIGHT RAIL VEHICLES SOL RFP2295 DUE
091297 POC Rebecca Howe, Director, Contracts and Procurement E-MAIL:
Rebecca Howe; Director, MetroLink Contracts and Procurement,
rhowe@bsda.org. 1. BACKGROUND- On June 9, 1997 the Bi-State Development
Agency (BSDA) advertised a "Solicitation of Interest" in the Passenger
Transport, Commerce Business Daily and Bi-State's Website for 20 AC
propulsion light rail vehicles (LRV's) including on-board cab signaling
equipment, special tools, manuals training, drawings, acceptable
warranty provisions and all other requirements as specified is the
Request for Proposal (RFP) to be issued at a later date. Included was
an option for up to four more LRVs. BSDA received four letters of
interest, which indicated that their should be adequate competition in
the LRV market to allow BSDA to issue this RFP. 2. HOW PROPOSALS ARE
BEING SOUGHT -- This notice constitutes the first phase of a two-phased
RFP. It contains the threshold requirements which must be met before my
proposer may be considered for the second phase of the RFP. The second
phase will be mailed to respondents who meet all of the first phase
requirements. THIS WILL BE THE ONLY NOTICE OF THE AVAILABILITY OF THE
RFP. 3. PROCESS -- The four respondents to the Solicitiation of
Interest and any other interested parties must respond to the closing
of this phase I of the RFP no later than September 12, 1997 by 5:00
p.m. St. Louis time. Responses must be addressed to Rebecca Howe;
Director Contracts and Procurement, MetroLink, Bi-State Development
Agency, 707 North First Street, St. Louis, MO 63102 and placed in an
opaque 8" x 11" envelope which is sealed and clearly marked on the
outside as follows: ML-97-RFP2295, Procurement of Light Rail Vehicles
(LRVIII Series). BSDA will evaluate each response using the criteria
listed in paragraph 4. Since the purpose of this phase of the RFP is to
determine which respondents are capable of meeting all of the salient
criteria, each respondent will be rated as either "pass" or "fail" on
each crterion. Only those who receive a rating of "pass" on each
criterion will be included in phase II of the RFP, which we expect to
issue not later than September 30, 1997. Phase IIwill be a standard RFP
using the "best value" source selection process, with award made to
that company who offers the best value to BSDA, price and other factors
considered. 4. THRESHOLD CRITERIA -- a). Capability -- The company must
demonstrate the capability to produce the LRVs within the required
time. BSDA expects to make award not later than January 31, 1998, and
required delivery, commissioning and final acceptance testing of
thefinal LRV not later than December 1, 2000. Satisfactory evidence of
the ability to meet this criterion would include, but not be limited
to, proof that the company has produced similar LRVs as a prime
contractor in North America during the past five years and has the
ability to "interface" its vehicles to pre-existing LRV fleet. Evidence
should also include proof that the company has or is capable of
engaging a staff of people who are successful in this field and have a
proven track record of building LRVs on schedule within budget. b).
Capacity -- The company must demonstrate that it has the facilities,
equipment and credit needed to produce 20 LRVs withing 30 months,
including engineering, assembly and delivery. Evidence would include,
but not be limited to, extracts of contracts with other transit
agencies or governments for similar vehicles along with contract
numbers and points of contact within each transit agency and/or
government entity who can verify that the company has satisfactorily
produced similar vehicles on time and within budget. Also include
descriptions of existing manufacturing facilities and statements from
financial institutions to demonstrate that adequate financial
assistance would be made available. c). Regulatory Compliance --
Funding for this procurement is provided by the Federal Transit
Administration (FTA) and the Illinois Department of Transportation
(IDOT). Therefore, each company must demonstrate an awareness of and
history of complying with the Buy America Act, restrictions on
lobbying, a affirmative-action plan and other regulatory requirements
of thos agencies. Satisifactory evidence would include, but not limited
to, a list of contracts previously performed involving FTA funding
along with points of contact within each transit agency or government
entity involved. d). Eligibility -- The company must submit a notarized
certification that is not on the Comptroller General's list of
ineligible contractors for federally financed projects. 5. PHASE II --
Phase II will constitute a standard RFP using the "best value" source
selection process with award made to that company offering the overall
best value to BSDA. Cost and other factors considered. Questions
regarding this RFP (Phase I) must be addressed in writing to BSDA, Ms.
Rebecca Howe, at the below address, or via FAX (314-923-3022) or
E-Mail rhowe@bsda.org. Questions must be received by BSDA not later
than September 9, 1997. BI-STATE DEVELOPMENT AGENCY OF THE
METROPOLITAN-ILLINOIS METROPOLITAN. WE ARE AN AFFIRMATIVE ACTION EQUAL
OPPORTUNITY EMPLOYER***** (0233) Loren Data Corp. http://www.ld.com (SYN# 0204 19970825\22-0001.SOL)
22 - Railway Equipment Index Page
|
|