Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2009 FBO #2775
SOLICITATION NOTICE

Y -- Replace M-Plant Exhaust Gas Boilers

Notice Date
6/30/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-R-0019
 
Response Due
8/28/2009
 
Archive Date
10/27/2009
 
Point of Contact
Lauren Oliver, 917-790-8086<br />
 
E-Mail Address
US Army Engineer District, New York
(lauren.k.oliver@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) in seeking to award one firm-fixed price contract for the design/build of the replacement of exhaust gas boiler at Thule Air Base, Greenland. The design-build process awards one single contract that requires the contractor to design and construct the project. This procurement shall be open to Offerors in the United States and/or Denmark, only. This solicitation is not a competitive open bid and there will not be a formal public bid opening. Although the Government has outlined the criteria in the RFP that is to be achieved, the Government has left the final solution for the complete design to the Contractor and his design team. The scope of work is as follows: the design and construction for the removal of six (6) and replacement of five (5) exhaust gas heat recovery boilers and the relocation of the existing diesel engine air intakes and engine radiators to new elevated structural steel equipment enclosure/shelter (approx. 4,000 sq. ft. unheated space) with metal siding, metal bar grating floors. The work shall be accomplished with minimal disruption to current plant operations. The new replacement boilers shall be sized and designed for dual output, steam and high temperature hot water. The M-Plant is presently operating with five (5) Cooper Bessemer turbo charged, diesel generators (Model #LSV-16; 3,000 KW), which provide the exhaust gases to each boiler. The existing boilers shall be removed from their present location, and their replacement boilers shall be located within the existing confines of the M-plant building space; some associated equipment will require relocation, re-conditioning, or replacement. Additionally, the M-Plants ventilation system will require restoration. The Design/Builder shall be responsible in providing all design and construction services, labor, material, equipment, and services necessary to complete the work. Existing M-Plant reference material, when available (i.e.: as-built drawings, shop drawings, manufacturers catalog data and geotechnical data), will be made available to the Design/Builder; all other equipment, material, services, and lead time deemed necessary shall be provided by the Design/Builder and reflected in the Proposal. The Offeror will be required to demonstrate capable, experience, and knowledgeable in the design and construction of the following areas, but not only limited to: arctic construction techniques, heating & ventilating plumbing, high pressure steam/high temperature hot water systems, controls, building structures, and electric/electric power distribution. The proposal shall include the logistical means to mobilize equipment and crew to Thule AB, Greenland. Project shall comply with all U.S. and joint host foreign country standards. Evaluation factors that must be addressed are as follows: Factor 1 - Past Relevant Experience of Offeror's Team - The Offeror will demonstrate past experience of both design and construction by providing recent and relevant Design-Build Experience and/or Design-Bid-Build Experience or any combination of the two. Relevant projects are those which are similar in scope, magnitude and complexity. Factor 2 - Past Performance of Offeror's Team - Offerors are required to provide a Past Performance questionnaire to their previous Client(s) for their past Clients input on their firms and/or that of any past Team Association or sub-contractors Past Performance. Offerors shall submit Past Performance questionnaires for each project submitted under Factor 1. Projects must be recent (project constructed within the past 5 years), relevant project similar in scope. Factor 3 - Qualifications of the Offeror's Team The Offeror shall provide the following to show qualifications of the team: Provide an Organization Chart showing key personnel for the Offeror's Design-Build Team. The following minimum key personnel shall be identified by name: Contractors Project Manager, Design Team Leader/Design Quality Control Manager, Construction Quality Control Manager, and a Superintendent/Subcontractor Manager/Safety Manager. Factor 4 Quality of Building Systems and Materials This design-technical factor consists of summarizing the Contractors proposed technical approach in a narrative format and to furnish information regarding material and system quality. It must clearly define the proposed scope and quality levels that the design-build team is offering to the Government in enough detail for the Government and the Offeror to mutually understand whether or not the proposal meets or exceeds the minimum Solicitation requirements. Fully developed drawings, details, or specifications are not desired or required. The estimated cost range for the Base Bid is $1,000,000.00 to $5,000,000.00. The source selection process will be based on the LOWEST PRICED, TECHNICALLY ACCEPTABLE OFFER. Detailed evaluation criteria will be included in the RFP package. To be considered acceptable, Offerors shall address each of the evaluation factors set forth in the solicitation. Due to time constraints a formal site visit will not be scheduled. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. Solicitation W912DS-09-R-0019 will be issued on or about 20 July 2009, with proposals due by 4:00 PM on or about 28 August 2009 to the U.S. Corps of Engineers Office. The solicitation documents will only be available via the Federal Business Opportunity Website at www.fbo.gov Hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Registration requirements (applicable to US firms only, as required by DFARS 204.7300), all US contractors must be registered in the Department of Defense Central Contractor Registration (CCR) database. Award will be made as a whole to one Offeror. Direct contracting questions to the Contract Specialist, Lauren Oliver, by fax (212) 264-3013, by phone (917) 790-8086, or by e-mail at Lauren.k.oliver@usace.army.mil. Contracting Office Address: U.S. Army Corps of EngineersNew York DistrictRoom 1843 26 Federal Plaza New York, N.Y. 10278-0090
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-09-R-0019/listing.html)
 
Place of Performance
Address: Thule Air Base, Greenland APO AE 09704 Thule Air Base NA<br />
Zip Code: N/A<br />
 
Record
SN01860909-W 20090702/090630235850-23417639231579f4d28f405b92a3ca7a (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.