|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1995 PSA#1442Alliant Techsystems Incorporated, Allegany Ballistics Laboratory, P.O.
Box 210, State Route 956, Rocket Center, (Mineral County), WV 26726 R -- ARCHITECTURAL-ENGINEERING SERVICES Sol PHC-181, contact point,
Patrick H. Cunningham, 304/726-5047. Architect-Engineer or Engineering
Services are required for design, procurement and installation of a
turnkey process for synthesis of a polymer for use as a crosslinkable
elastromeric binder. The scope of the effort will include design and
specification preparation for each item of process equipment, design
and specification of required control equipment, integration of the
equipment into a system, identification of any process effluent (air,
water and solid) streams from the process, emission permit application
preparation, equipment procurement, system installation, system
checkout and demonstration, and operating procedure preparation. Design
will include preparation of detail drawings for each equipment item,
control system drawings for the process, process flow sheets for the
integrated process and equipment layout for the total system. Design
and construction of the building to the house the process, including
provision of all utilities, will be performed by Alliant
Techsystems/ABL. The desired process has been demonstrated on a 500
gallon batch size and consists of an acid catalyzed reaction between
two polymers (viscous liquids) to form a product polymer. A flammable
liquid is produced as a byproduct during the reaction step. This
flammable material must be condensed and collected. The product polymer
is hydrolyzed, separated from the acid catalyst, neutralized, dried,
filtered (or centrifuged) and drummed. Anticipated major process
equipment items include the polymerization and hydrolysis vessel, the
separation and neutralization vessel, a thin film evaporator, a
separation feed vessel, a filter or centrifuge, a reactor condenser and
receiver, and ingredient feed tanks. A 500,000 lb. per year process
capacity is planned. Process chemistry and existing processing data
will be supplied by Alliant. Also interface with Alliant will be
required to match the building design to the process equipment
arrangement. Design documents must be stamped by a Registered
Professional Engineer and the total package will be subject to review
by Alliant and the Department of the Navy. The anticipated design start
is contingent on funding availability. The A&E must demonstrate the
firm, key personnel and key consultant qualifications for design and
all services listed above with respect to the following evaluation
factors. Evaluation factors are of equal importance. Specific
evaluation factors include: (1) Specialized Experience - Firms will be
evaluated in terms of their past experience with regard to (a) the
design of chemical process equipment and chemical processes, (b)
process control design, and (c) project engineering and management; (2)
Professional Qualifications and Technical Competence in the type of
work required. Firms will be evaluated on the design and project staffs
and consultants with regard to (a) experience (with present, or other
firm) on projects addressed in evaluation factor number one, and (b)
active professional registration in the State of West Virginia; (3)
Past Performance - Firms will be evaluated (with emphasis on projects
addressed in factor number one) in terms of: (a) cost control
techniques employed by the firm as demonstrated by the ability to
establish an accurate project budget and design to this budget as
evidenced by the low bid amount, (b) the firms work quality as
demonstrated by the history of design related change orders issued
during construction, and (c) demonstrated long term business
relationships and repeat business with the Government and private
customers, and performance awards/letters of recommendations received;
(4) Quality Control Program - Firms will be evaluated on the
acceptability of their internal quality control program used to ensure
technical accuracy and discipline coordination of plans and
specifications. Anticipated number of designers, chain of command,
sources of Alliant contact, anticipated reviews (including number of
reviews and personnel attending) should be addressed. (5) Firm location
and knowledge of the locality of the project (provided that application
of this criterion leaves the appropriate number of qualified firms) -
Firms will be evaluated on their location with respect to the general
geographic area of the project (Mineral County, West Virginia) and
their knowledge of the local codes, laws, permits and practices.
Estimated cost for this effort is between $300,000 and $800,000.
Estimated construction cost is between $2,000,000 and $4,000,000. The
term of the Architectural and Engineering Contract and the Project
Management Contract is 360 calendar days. Type of contract: Firm Fixed
Price. A&E firms which meet the requirements described in this
announcement are invited to submit Standard Forms (SF) 254 and 255,
U.S. Government Architect-Engineer Qualifications, to the office shown
above. In Block 10 of the SF 255, discuss why the firm is especially
qualified based upon synopsized evaluation factors; and provide
evidence that your firm is permitted by law to practice the professions
of architecture or engineering, i.e., State registration number. Use
Block 10 of the SF 255 to provide any additional information desired
and continue Block 10 narrative discussion on plain bond paper. All
information must be included within the SF 255; cover letter and other
attachments will not be considered in the evaluation process. Provide
a synopsis of the scope of work, point of contact and telephone number
for each project listed in the SF 255 Block 8. Firms responding by 4:00
P.M. (local time), October 23, 1995 will be considered. Late responses
will be handled in accordance with FAR 52.215.10. Neither hand carried
proposals nor facsimile responses will be accepted. Firms responding to
this advertisement are requested to submit two copies of qualification
statements. The qualification statements should clearly indicate the
office location where the work will be performed and qualifications of
the individuals anticipated to work on the contract and their
geographic location. This proposed contract is being solicited on an
unrestricted basis, therefore, replies to this notice are requested
from all business concerns. Before award of contract, the A&E firm (if
not a Small Business Concern) shall agree in the contract, by
incorporation of an acceptable small business and small disadvantaged
business subcontracting plan in accordance with FAR Part 19.7, that
small business concerns and small disadvantaged business concerns shall
have the maximum practicable opportunity to participate in contract
performance consistent with its efficient performance. The small
business size standard classification is SIC 8712 ($2,500,000). Alliant
reserves the right to cancel this announcement at any time. This is not
a Request for Proposals. (269) Loren Data Corp. http://www.ld.com (SYN# 0044 19950928\R-0002.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|