Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 30, 2000 PSA #2737
SOLICITATIONS

C -- MECHANICAL ENGINEERING DESIGN FOR STEAM SYSTEM UPGRADES AT USCG ISC KODIAK, ALASKA

Notice Date
November 28, 2000
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Juneau, P.O. Box 21747, Juneau, AK, 99802-1747
ZIP Code
99802-1747
Solicitation Number
Reference-Number-DTCG87-01-R-643035
Response Due
December 14, 2000
Point of Contact
Ron Klaudt, Contracting Officer, Phone 907-463-2414, Fax 907-463-2416, Email rklaudt@cgalaska.uscg.mil -- Richard Garrison, Contracting Officer, Phone (907) 463-2415, Fax (907) 463-2416, Email
E-Mail Address
Ron Klaudt (rklaudt@cgalaska.uscg.mil)
Description
The Coast Guard requires the services of a qualified mechanical engineering firm to perform a design for the repair of a portion of the steam system at Integrated Support Command Kodiak, Alaska. The A/E shall perform site investigation and detailed design including contract drawings, specifications, and cost estimate for the following: (1) Central Heating Plant -- remove existing and provide new steam boilers' inner doors, remove existing and provide new boiler #3 rear door, provide new personal computer based hardware and software connected to existing instrumentation to provide long-term operation/production trend information, modify pressure reducing stations and replace leaking valves in boiler supply headers, remove abandoned 3 inch 125 psi steam piping and appurtenances, replace electric heaters in Central Heating Plant and adjacent Generator Room with steam heating units, install condensate pump set (including new pump and level control/alarms) and return piping, install condensate return piping from new steam heating units and existing steam traps (including trap in Utilidor CHP/Pit G) to the new condensate pump set; (2) Central Heating Plant Pipe Bridge -- prepare, prime, and paint rusted pipe bridge structure, remove existing abandoned 3 inch 125 psi steam piping and appurtenances (note: this piping currently being used as condensate return), remove existing and provide new condensate piping and appurtenances, remove existing and provide new piping expansion compensation, align piping and install tie-down supports, ensure that piping is properly supported on the piping support bridge; (3) Main Condensate Pump Station -- remove existing and provide new main condensate pump station complete with new pumps and level controls/alarms, provide new surge tank and controls; (4) Buried Steam and Condensate Piping between Manhole C-34 and Building 597 -- remove existing and provide new buried steam and condensate piping between manhole C-34 and building 597, remove manhole C-35, replace condensate pump set; (5) Provide Condensate Return Pump Sets -- provide condensate return pump sets in buildings 9, 515, and N76; (6) Temporary Steam and Condensate Piping -- the design shall provide for temporary steam piping to maintain service to system users during construction, temporary condensate piping shall be provided as required to limit the wasting of condensate to a total of 4 hours during the performance of the construction contract. The estimated start work date for this design project is mid-January 2001. This procurement is set aside for Emerging Small Businesses in accordance with the Small Business Competitiveness Demonstration Act. "Emerging Small Business" as used in this announcement means a small business concern whose average annual gross receipts for the last three fiscal years does not exceed $2 million. The Standard Industrial Classification code is 8711; NAICS code is 54133. The estimated price range for this design project is between $25,000 and $100,000. A firm-fixed-price contract for professional architect-engineer services will be negotiated. Following a review and evaluation of qualification and performance data, negotiations will be commenced with the top-ranked firm on the selection list for this project. See CBD Numbered Note 24 for source selection process and criteria. Qualified firms desiring consideration shall submit a Standard Form 254 and Standard Form 255 prior to the close of business (4:00 PM) on December 14, 2000. Firms having a SF-254 already on file with CEU Juneau for calendar year 2000 need only provide the SF-255. The SF-254 and SF-255 may be obtained via the Internet through the GSA Electronic Forms Library at http://www.gsa.gov/forms/. In Block 10 of SF-255, state why your firm is specially qualified based on the selection evaluation criteria (supplemental pages may be added). Also, use Block 10 to provide additional information desired by your firm. Only the SF-254 & SF-255 will be reviewed. DO NOT SEND ANY OTHER LITERATURE. Experiences identified in Block 8 should not be more than five years old. The SF-254 and SF-255 shall be annotated with the reference number DTCG87-01-R-643035. Submit to the Contracting Officer, USCG Civil Engineering Unit, Attn: Ron Klaudt, P.O. Box 21747, 709 W. 9th Street, Rm. 817, Juneau, Alaska 99802-1747. Faxed SF-254s and SF-255s will be accepted. Fax to (907) 463-2416. The sender is responsible for verification of receipt of fax transmissions. No solicitation will be issued. This is not a request for proposals.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=Reference-Number-DTCG87-01-R-643035&L=489)
Record
Loren Data Corp. 20001130/CSOL005.HTM (D-333 SN5075F5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 28, 2000 by Loren Data Corp. -- info@ld.com