Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

C -- IDIQ CONTRACT FOR A-E SERVICES FOR THE DESIGN OF HYDROELECTRIC POWER AND PUMPING PLANT FOR THE OMAHA DISTRICT AND NORTHWESTERN DIVISION

Notice Date
4/3/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F09R0057
 
Response Due
5/6/2009
 
Archive Date
7/5/2009
 
Point of Contact
Cindy Sand, 402-995-2090<br />
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR HYDROELECTRIC POWER AND PUMPING PLANT ENGINEERING AND DESIGN SERVICES W9128F-09-R-0057 1. CONTRACT INFORMATION: Architect-Engineer (A/E) services are required to support the hydroelectric powerhouse and high voltage switchyard engineering and design activities of the U.S. Army Corps of Engineers (USACE) Northwestern Division. This solicitation will facilitate the award of one contract. The contract will have a maximum capacity of $9,500,000. This solicitation is open to all businesses, regardless of size. The contract will have a one year base and four option periods of one-year each. The NAICS code is 541330, which has a size standard of $4,500,000 in average gross annual receipts over the past 3 fiscal years. Services to be performed include, but are not limited to preparation of Design/Build Requests for Proposals (RFPs), preparation of design/construction documents, charrette/concept designs, schematic designs, planning, programming, site investigations, surveying and geotechnical investigations, space planning, interior design, parametric and construction cost estimating, feasibility studies, National Environmental Policy Act (NEPA), plan formulation, and other engineering services and construction phase services. Construction phase services may include review of contractor-prepared design documents, shop drawing and construction submittal reviews, site visits, construction oversight, technical assistance, commissioning support, and startup service assistance. Final AE selection and award of a contract is anticipated in August 2009. For all large business entities, a subcontracting plan will be required prior to award of the contracts, consistent with Section 806(b) of PL 100-180, 95-907, and 99-661. The following informational subcontracting goals are to be considered: Award approximately 70% of the total subcontracting dollars to all Small Business concerns, 6.2% to Small Disadvantaged Business (SDB) concerns including Historically Black Colleges and Universities or Minority Institutions, 7% to Women-Owned Small Business (WOSB), 3% to Veteran-Owned Small Businesses (VOSB), 0.9% to Service Disabled Veteran-Owned Businesses (SDVOSB), and 9.8% to HUBZone Small Businesses. The plan is not required with this submittal, but will be requested from large business concerns after selection and prior to contract award. The contract will be available for use by all USACE elements within the Northwestern Division of the USACE and other entities upon written request for approval to the Contracting Officer. 2. PROJECT INFORMATION: Design projects for specific facilities or projects will be assigned by Task Orders on the IDIQ contract established as a result of this solicitation. Projects will be located within the USACE, Northwestern Division, or at other locations within other entities upon written request for approval to the Contracting Officer. Each task order to be issued will fully describe all work to be accomplished. Conformance with Government design criteria and design procedures will be required on each task order. Construction cost estimates will be prepared using the USACE Computer Aided Cost Engineering System (M-CACES) (software provided by the Government). Access for the handicapped will be provided. Specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications (UFGS). Design review comments and their responses will be performed on USACEs Review Management System ProjNet/Dr-Checks. Services provided under this solicitation include, but are not limited to the following: a. Engineering and design for the replacement, refurbishment, or upgrade of major hydroelectric powerhouse and high voltage switchyard equipment (e.g., generators, turbines, governors, exciters, transformers, and circuit breakers). b. Engineering and design for the replacement, refurbishment, or upgrade of auxiliary electrical equipment utilized in hydroelectric powerhouse and high voltage switchyard (e.g., switchgear, plant controls, metering and instrumentation, data acquisition, protective relaying, low- and high-voltage cables, metal-enclosed buses, surge protection, switchyard equipment, communication systems, and video security). c. Engineering and design for the replacement, refurbishment, or upgrade of auxiliary mechanical equipment utilized in hydroelectric powerhouse and high voltage switchyard (e.g., intake and discharge gates and valves; water flow passages; fire detection and protection; insulating and lubrication oil transfer, storage, and purification systems; HVAC systems; elevators, hoists, and cranes; air compressor systems; water treatment and supply systems; and sewage disposal equipment). d. Engineering and design for the replacement, refurbishment, or upgrade of structural and civil components and systems utilized in hydroelectric powerhouse and pumping plants (e.g., gates, bulkheads, trash racks, fish screens, oil containment, lifting beams, equipment mounts, seismic restraints, and switchyard structures, footings, drainage, and grading). e. The contract will include electrical, mechanical, structural, and civil investigations for equipment and facility assessments (including but not limited to reconnaissance, feasibility, and other studies; technical reports; engineering cost appraisals; alternative analyses, including economic assessments; decision documents; preparation of plans and specifications; engineering during construction; and failure/forensic investigations). f. Multi-disciplined project management and/or engineering and design support, principally involving electrical, mechanical, civil, structural, biological, fisheries, and hydraulic disciplines. 3. CADD COMPLIANCE: The selected firm must be able to produce engineering drawings on a computer aided design and drafting (CADD) system and provide those drawings to the district in electronic format. Omaha District utilizes Bentley Microstation for its design process. Drawings must be submitted in the current Microstation format and must be fully compatible. If drawings are converted from another design package in Microstation, all conversions shall be made prior to delivery of any submittal. Drawings shall adhere to the current A/E/C CAD Standards. A copy of the current standards may be downloaded from https://cadbim.usace.army.mil/CAD or requested from the Omaha District CADD manager at dll-cenwo-caddstandards@nwo02.usace.army.mil, or telephone (402) 995-2542. All questions regarding standards compliance may be directed to the Omaha District CADD manager. A list of equipment or proposed conversion software contained in the firms CADD system must be included in the qualification package so compatibility can be verified by the Omaha District CADD manager. 4. GEOGRAPHIC INFORMATION SYSTEMS (GIS) COMPLIANCE: The selected firm must be able to produce GIS data that meets Corps of Engineers mandated Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE). A free copy of this software is available at the Corps CADD/GIS Technology Centers website. These GIS files must be fully compatible with the Omaha District Enterprise GIS (EGIS) System which utilizes Environmental Systems Research Institute (ESRI) Geodatabase format. All geospatial data must also be documented through the preparation of standard metadata (data about data) descriptions. The Contractor shall ensure that the metadata delivered is compliant with the Federal Geographic Data Committee (FGDC) Standard Content Standard for Digital Geospatial Metadata, FGDC-STP-001-1998. A free copy of this standard is available at: http://www.fgdc.gov/stanards/documents/standards/metadata/v2_0698.pdf. Geospatial data must also conform to the FGDC ESRI ArcCatalog Metadata Form, filling in at a minimum, all required fields identified in the FGDC ESRI Stylesheet. 5. SPECSINTACT COMPLIANCE: The selected firm must be able to produce technical specifications in SpecsIntact format and provide the specifications on CDs. Specifications shall conform to the format and content requirements of the Omaha District in conjunction with the Corps of Engineers CADD Standards and to the requirements of ER 1110-1-8155, Engineering and Design Specifications. Specifications developed under this contract shall be in conformance with Omaha District established policy. In general, technical specifications shall be produced from Unified Facilities Guide Specifications (UFGS) and Hydro Power Design Center (HDC) locally prepared guide specifications. UFGS sections can be downloaded from the web at the following site: http://www.ccb.org/docs/ufgshome/UFGSToc.htm. a. Coordination. Omaha District will provide coordination for the technical specifications. Overall specific coordination and preparation of Boiler Plate specifications will be the responsibility of others. The Contractor is responsible for the preparation, quality and accuracy of the technical specifications. b. Software Requirements. UFGS sections shall be prepared using SpecsIntact software. The SpecsIntact software can be downloaded from the following web page: http://specsintact.ksc.nasa.gov. At the completion of the design, and at a time noted in the schedule of the individual statement of works, the SpecsIntact source files (UFGS edited sections) shall be provided to the Omaha District on CD-ROM. The source files will become the property of the Government. 6. SELECTION CRITERIA: Selection for this project will be based upon the following criteria listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through f are primary. Criteria g through k are secondary and will only be used as tiebreakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants related to the typical services to be performed in the following areas. Only experience that has occurred in the last five years should be included in the proposal. All projects cited shall identify design start/complete dates as well as the project size (cost and scope). Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences and technical competence will be the primary information evaluated. The following areas shall be confirmed by the submittal of five (5) verifiable customer references of similar work performed by the A/E within the past five (5) years: (1)Hydroelectric powerhouse and high voltage switchyard planning, design, engineering, and operational studies. (2)Specialized experience and technical competence in engineering and design for hydroelectric power plants with emphasis on hydraulic turbine machinery, large hydroelectric motors/generators and excitation systems, governor systems, powerhouse cooling and piping systems, and large cranes. (3)Preparation of fault studies, relay coordination studies, load flow studies, economic studies, fluid flow and air flow rate calculations, structural loading calculations, turbine performance analyses, and generator uprate studies. (4)Structural and civil engineering including concrete and steel design expertise. b. Professional qualifications of the personnel to be assigned to this project will be evaluated, taking into consideration education, professional engineer (PE) registration, and longevity of relevant experience. The following disciplines will be evaluated: Electrical Engineers, Electronics Engineers, Mechanical Engineers, Structural Engineers, and Civil Engineers. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the required schedule. c. Past performance on Government and private industry contracts with respect to cost control, quality of work, and compliance with performance schedules. d. The capacity to do multiple delivery orders concurrently in the required time, flexibility to add resources when required, and strength of project management to include communications, project tracking and issue resolution. e. Design Quality Assurance: (1) Description of quality control processes used by the firm. (2) Description of management approach firm would use on this contract if successful offeror. Includes organizational chart showing inter-relationship of management and design team components. f. Ability to meet the CADD requirements as specified in this synopsis. g. Experience with preparing specifications using SPECSINTACT software. h. Experience with preparing estimates using M-CACES software. i. The general geographical location of the firm with respect to other firms and the Omaha District will be considered. j. The extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort, will be considered. k. The volume of DOD work awarded to the firm within the last 12 months will be considered. 7. SUBMISSION REQUIREMENTS: a. Interested firms must submit three copies, each containing Parts I and II of the SF 330 information. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). The SF330 shall have a page limit of 150 pages. A page is one side of a sheet, 8-1/2 by 11. If a fold out is used, each sheet of a fold out shall count as a minimum of 2 pages. Font size shall not be less than 10 font. b. Include the firm's DUNS number with the firm's name on the SF330, Part 1, Block B., 5. If you do not have a DUNS number, contact Dunn and Bradstreet at 1-866-705-5711. In addition, on the SF330, Part 1, Block C., provide the DUNS number for each consultant, if available. NOTE: Previous ACASS numbers that may have been assigned to your firm are obsolete, and therefore not required. c. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1 Management Plan Include the information requested in Paragraph 6b above. (2) Item 2 - Capacity to complete the work. Reference Paragraph 6d above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight design schedules. (3) Item 3 - Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. (4) Item 4 Volume of DOD contracts within the last 12 months Reference Paragraph 6k above. Provide a complete listing of all DOD projects designed within the last 12 months. This listing shall include all DOD projects performed within the last 12 months, no matter what stage of design or the extent of design effort required. d. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained on line at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1- 866-705-5711. Registration in the Online Representations and Certifications (ORCA) is also a contract requirement. ORCA registration is available at www.bpn.gov. e. Mailing address for submission: US Army Corps of Engineers, 1616 Capital Avenue, Omaha, NE, 68102, ATTN: CECT-NWO-C Cindy Sand, Clearly mark your submittal with the Solicitation Number W9128F-09-R-0057. Ms. Sand can be reached at 402-995-2090 and via email at cindy.m.sand@usace.army.mil. All technical questions should be directed to Mr. John Palensky, (402) 995-2719, or via email to john.a.palensky@usace.army.mil. Solicitation packages will not be provided. This is not a request for proposal. Submittals must be received no later than 1400 Central Time, 6 May 2009. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6e28ebf3343814605ed1661b90de4025&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
Zip Code: 68102-4901<br />
 
Record
SN01785101-W 20090405/090403220321-6e28ebf3343814605ed1661b90de4025 (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.