Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1995 PSA#1442

Alliant 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