COMMERCE BUSINESS DAILY ISSUE OF JUNE 22, 2001 PSA #2878
SOLICITATIONS
C -- ARCHITECT-ENGINEER SERVICES CONTRACT FOR POWER PLANT COOLING SYSTEM DESIGN FOR THE CENTRAL HEAT AND POWER PLANT, FORT WAINWRIGHT, ALASKA
- Notice Date
- June 20, 2001
- Contracting Office
- U.S. Army Engineer District, Alaska, Attn: CEPOA-CT-CO, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: 2204 Third Street, Room 56), Elmendorf AFB, AK 99506-0898)
- ZIP Code
- 99506-0898)
- Solicitation Number
- DACA85-01-R-0039
- Point of Contact
- Marie McDonald, 907/753-2546, or Contracting Officer Madonna Southcott 907/753-2543
- E-Mail Address
- Click here to contact the contract specialist. (claudette.m.mcdonald@usace.army.mil )
- Description
- 1. CONTRACT INFORMATION: 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 for that part of the work it intends to subcontract. The FY01 subcontracting goals for this contract are a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses, 9.1% of that to small disadvantaged businesses, 5.0% to woman-owned businesses, 3% to veteran-owned businesses, and 1.5% to HUB zone business. The subcontracting plan is not required with this submittal. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be a firm-fixed- price type contract. Contract award is anticipated for November 2001. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. The selected AE will participate in the planning and engage in the design of an enhanced Heat Rejection System to mitigate ice fog generation and improve efficiency for the existing Fort Wainwright Central Heating & Power Plant (CHPP). This system will replace the existing 500,000-square foot cooling pond system that currently supports this heat rejection function. During summer, the existing cooling pond system is not adequate to support the heat rejection function, and during the winter ice fog is generated which reduces visibility that impacts traffic on the nearby Richardson Highway, and impacts airfield operations to the north of the plant. The AE will perform an analysis of the existing heat-rejection technology available to provide the best Life Cycle cost performance and reliability of the plant, including a review of existing studies and the development of a complete engineering and economic analysis of the most promising alternatives. This economic analysis will be produced using ECON-PAC, a government provided P.C. based economic analysis software package. Subsequently, the AE will produce the proposed design for the heat rejection system, including the development of a proposed construction schedule, and RFP documents for a "Best Value" contract acquisition. The AE shall coordinate the proposed design and schedule with other ongoing construction projects within the CHPP including the ongoing CHPP Upgrade (DACA85-00-C-0017) and the upcoming construction of the Emission Reduction System (Baghouse, DACA-85-01-R0026). The AE or their subcontractors must also have knowledge of environmental regulations as they pertain to Power Plant emissions, and will be required to develop all necessary permitting and agency coordination efforts/actions for the contracting of the resulting construction. Additionally, the AE must be prepared to incorporate Sub-Arctic Design considerations into the development of the project design.. Sub-Arctic Design capability may either be supported by in-house expertise or by a subcontractor. The AE will be required to participate in on site design charrettes and on site project review conferences. The Government may require that designs be in metric and/or english systems of units. The firm must demonstrate the ability to: provide drawings in AutoCAD version R-14 or later; use the latest version of Micro Computer Aided Cost Estimating Software (MCACES); provide electronic bid set (EBS) documents; use SPECSINTACT, version 2.9.7 or later. (MCACES cost estimating software will be furnished by the Government, and is utilized to provide a cost estimate in accordance with work breakdown structure (WBS) developed by the AE.) The AE will be required to use Dr. Checks programs for the tracking and management of design reviews and design backchecks (permissions and passwords will be distributed on a project-by-project basis). Systems information required for Dr. Checks: must have a web browser program, either Internet Explorer(Microsoft) or Navigator(Netscape) versions 4.0 or later; the web site is http: www.buildersnet.org drchecks. The Government will require that the AE provide construction phase services to include; on site participation in partnering/pre-construction meetings, review of construction contractor submittals, site visits with inspection reports at critical points of construction, startup and commissioning of the system and preparation of operations and maintenance support information manuals. The estimated construction cost of this project is between $15,000,000 and $25,000,000. LOCATION: Fairbanks (Fort Wainwright), Alaska. 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The following selection criteria are listed in descending order of importance. Criteria (A)-(D) are primary selection criterion. Criteria (E)-(F) are secondary and will only be used as "tie-breakers" among technically equal firms. : (A) professional registered personnel in the following disciplines -- 1) minimum in-house requirements are (weighted equally): 2 mechanical engineers and 2 electrical engineers each with 15 years post-graduate experience and 10 years experience as a registered professional engineer, one of which has 10 years experience in design and operation of coal fired co-generation (electrical power and steam heat) facilities. 2) disciplines which may be subcontracted (weighted equally): a NACE certified corrosion engineer(a NACE certified cathodic protection specialist and a NACE certified coatings inspector will suffice for a NACE certified corrosion engineer), a registered (PE) fire protection engineer with 5 years as a registered engineer, architect, civil engineer, structural engineer, and geo-technical engineer; a specification writer, a cost estimator, a state certified asbestos/HTRW/air quality individual, and a CADD draftsman. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254(11/92 edition) and SF255(11/92 edition) for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract (This means that work physically completed in the state of Alaska [i.e., geotechnical, survey, etc.] must use Alaskan residents). The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm (B) specialized experience and technical competence in: 1) Design of co-generation power generation, control and distribution systems; 2) Design of interior and exterior electrical systems; 3) Heating, piping including utility systems, ventilation, and power plant cooling systems; 4) Sub-Arctic Design experience. 5) Environmental engineering with emphasis on air quality; 6) sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design, and will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm (C) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules, as determined by ACASS and other sources.; (D) capacity to maintain schedules and accomplish required work; (E) volume of DOD contract awards in the last 12 months as described in Note 24; and (F) 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 estimated effort. 4. SUBMISSION REQUIREMENTS: Firms submitting SF 255s (11/92 edition) (1 copy only) should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number(interviews will be held with all of the most highly qualified firms). The 11/92 edition of the forms MUST be used. For ACASS information call 503-808-4590. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the 30th day from the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided. SEE Note 24.
- Record
- Loren Data Corp. 20010622/CSOL006.HTM (W-171 SN50P579)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on June 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|