Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1995 PSA#1427

U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, P.O. BOX 2946, PORTLAND OR 97208-2946

C -- A/E IDTC MULTI-DISCIPLINE FOR TURBINE RELATED ENGINEERING SERVICES SOL DACW57-95-R-0046 DUE 093095 POC Contract Specialist LESLIE M. CONKLIN (503) 326-6418 (Site Code DACW57) 1. CONTRACT INFORMATION: A-E Services are required for the engineering design, studies, testing of Hydroelectric machinery and related equipment. Approximately four indefinite delivery contracts will be negotiated and awarded, each with a base period of one year and an option period of one year. Individual, fixed-price delivery orders will not exceed $150,000 and the annual ceiling for the base and the option year of each contract is $750,000 per year. The contracts are anticipated to be awarded in September 1995. The first contract negotiated will be primarily for expertise in rehabilitation studies of hydroelectric powerplants. The second contract negotiated will be for expertise in preparation of Government (COE) plans and specifications relevant to hydroelectric power plants. The third contract negotiated will be primarily for expertise in testing of hydroelectric machinery. Additional contracts may be awarded in each of these areas to obtain sufficient pool of expertise. Ordinarily, a delivery order will be placed with the contract (primary contract) corresponding to the expertise of the work to be performed. However, a delivery order may be placed with one of the other contracts if the primary contractor has performed unsatisfactorily on previous orders under this contract, and/or significantly less work has been placed under the other contracts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The wages and benefits of service employees performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Work includes preparation of engineering studies, design, design analysis, drawings, specifications, computer programming, inspection, testing, data analysis and cost estimating for hydroelectric machinery (turbines and pumps) in hydroelectric power generating stations and pump stations. Work will requirepresentation of reports in Microsoft Word version 6.0 or later format, drawings in Intergraph Design File (DON) version 5.0 or later format. 3. SELECTION CRITERIA: See Note 24 (Monday edition) for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-c are primary. Criteria d-e are secondary and will be only used as tie breakers among technically equal firms. a. Specialized experience and technical competence of the individual expected to perform the work. (1) Mechanical engineering of hydroelectric power generating stations and pumping plants, with emphasis on design studies for the purpose of rehabilitation and up rting of existing plants. (2) Testing of hydroelectric machinery according to PTC and IEC codes using Pressure-Time, Acoustic and Index methods. (3) Experience in use of technical plans and specifications with emphasis on writing of Government (COE) plans and specifications. b. Capacity to perform the work. (1) Capability of preparing cost estimates or MCACES or similar project planning/funding estimates. (2) Capability of providing drawings in Intergraph ''Micro Station PC,'' Version 5 or later. (3) Capability of providing written reports in Microsoft Word Version 6.0 or later. (4) Capability of providing sufficient Electrical and Structural Engineering to support mechanical equipment design. (5) Capability of starting work on a delivery within 10 working days and maintaining at least one lead engineer working substantially full time on the delivery order until completion. c. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of wor, and compliance with performance schedules. d. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team measured as a percentage of the total estimated effort. e. Proximity to Portland, Oregon. 4. SUBMISSION REQUIREMENTS: Interested A/E firms having the capabilities to perform this work must submit four copies of SF 255 (11/92 edition), and four copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal Holiday, the deadline isthe close of business of the next business day. Include the firm's ACASS number in SF 255, block 3b. For ACCASS information call 503/326-3459. Technical questions should be directed to Al Lewey, (503) 326-3840. Administrative questions should be directed to Leslie Conklin, (503) 326-6418. Solicitation packages are not provided. This is not a request for proposal. Reference DACW57-95-R-0046. SIC 8711 (0249)

Loren Data Corp. http://www.ld.com (SYN# 0017 19950907\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page