SOLICITATION NOTICE
C -- IDIQ for Hydroelectric Power & Pumping Plant Engineering Design and Analysis Services
- Notice Date
- 7/2/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Portland, Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N09R0060
- Response Due
- 8/3/2009
- Archive Date
- 10/2/2009
- Point of Contact
- Kathleen Seitz, 503/808-4628<br />
- E-Mail Address
-
Portland District, US Army Corps of Engineers
(kathleen.d.seitz@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: Architect-Engineer (A/E) services are required to support the national hydroelectric powerhouse and pumping plant engineering, design, and analysis activities of the U.S. Army Corps of Engineers (USACE) Hydroelectric Design Center (HDC), and the Hydropower Analysis Center (HAC), Portland, Oregon. In addition, multi-disciplined engineering and design services are required to support USACE Portland District. Up to two Indefinite Delivery Type Architect-Engineer (A-E) contracts will be awarded under this solicitation. Each contract shall be for a base period of one year at $2,000,000. Each contract shall contain the option of four additional period of one year each, at $1,000,000. Each contract will be a stand alone and mutually exclusive of each other. An option period may be exercised at the discretion of the Government before expiration of the previous period. The maximum for each task order will not exceed the annual contract amount. This announcement is open to all businesses regardless of size. The estimated start date is February 2010. The contracts will be available for use by other USACE elements within the Corps of Engineers Northwestern Division. The work will be nationwide, with possible work in other locations as may be assigned to HDC, HAC, or Portland District. 2. TYPICAL SERVICES: The selected contractor will provide services including but not limited to: a. Engineering and design for the replacement, refurbishment, or upgrade of major hydroelectric powerhouse and pumping plant equipment (e.g., generators, turbines, governors, exciters, transformers, and circuit breakers). b. Engineering and design for the replacement, refurbishment, or upgrade of auxiliary electrical equipment utilized in hydroelectric powerhouse and pumping plants (for example: switchgear, plant controls, metering and instrumentation, data acquisition, protective relaying, low- and high-voltage cables, metal-enclosed buses, surge protection, switchyard equipment, communication systems, and video security). c. Engineering and design for the replacement, refurbishment, or upgrade of auxiliary mechanical equipment utilized in hydroelectric powerhouse and pumping plants (for example: intake and discharge gates and valves; water flow passages; fire detection and protection; insulating and lubrication oil transfer, storage, and purification systems; HVAC systems; elevators, hoists, and cranes; air compressor systems; water treatment and supply systems; and sewage disposal equipment). d. Engineering and design for the replacement, refurbishment, or upgrade of structural and civil components and systems utilized in hydroelectric powerhouse and pumping plants (for example: gates, bulkheads, trash racks, fish screens, oil containment, lifting beams, equipment mounts, seismic restraints, and switchyard structures, footings, drainage, and grading). e. Electrical, mechanical, structural, and civil investigations for equipment and facility assessments involving but not limited to reconnaissance, feasibility, and other studies; technical reports; engineering cost appraisals; alternative analyses, including economic assessments; decision documents; preparation of plans and specifications; engineering during construction; and failure/forensic investigations. f. Asset management, economics, and planning analysis for the replacement, refurbishment, or upgrade of structural and civil components and systems utilized in hydroelectric powerhouses and pumping plants. Economics and planning analysis for reallocation of reservoir storage. g. Multi-disciplined project management and/or engineering and design support, principally involving electrical, mechanical, civil, structural, and hydraulic disciplines. 3. CADD COMPLIANCE: The selected firm must be able to produce engineering drawings on a computer aided design and drafting (CADD) system and provide those drawings to the district in electronic format. Portland District utilizes Bentley Microstation for its design process. Drawings must be submitted in the current Microstation format and must be fully compatible. If drawings are converted from another design package into Microstation, all conversions shall be made prior to delivery of any submittal. Drawings shall adhere to the current Corps CADD standards. A copy of the current standards may be requested from the Portland District CADD manager, Jim Sherman at James.M.Sherman@usace.army.mil, or telephone (503) 808-4826. All questions regarding standards compliance may be directed to the CADD manager. A list of equipment or proposed conversion software contained in the firms CADD system must be included in the qualification package so compatibility can be verified by the Portland District CADD manager. 4. GEOGRAPHIC INFORMATION SYSTEMS (GIS) COMPLIANCE: The selected firm must be able to produce GIS data that meets Corps of Engineers mandated Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE). A free copy of this software is available at the Corps CADD/GIS Technology Centers website. These GIS files must be fully compatible with the Portland District Enterprise GIS (EGIS) System which utilizes Environmental Systems Research Institute (ESRI) Geodatabase format. All geospatial data must also be documented through the preparation of standard metadata (data about data) descriptions. The Contractor shall ensure that the metadata delivered is compliant with the Federal Geographic Data Committee (FGDC) Standard Content Standard for Digital Geospatial Metadata, FGDC-STP-001-1998. A free copy of this standard is available at:http://www.fgdc.gov/stanards/documents/standards/metadata/v2_0698.pdf. Geospatial data must also conform to the FGDC ESRI ArcCatalog Metadata Form, filling in at a minimum, all required fields identified in the FGDC ESRI Stylesheet. 5. SPECSINTACT COMPLIANCE: The selected firm must be able to produce technical specifications in SpecsIntact format and provide the specifications on acceptable electronic format (e.g. CD or DVD). Specifications shall conform to the format and content requirements of the Portland District CADD Management in conjunction with the Corps of Engineers CADD Standards and to the requirements of ER 1110-1-8155, Engineering and Design Specifications. Specifications developed under this contract shall be in conformance with HDC established policy. In general, technical specifications shall be produced from Unified Facilities Guide Specifications (UFGS) and HDC locally prepared guide specifications. UFGS sections can be downloaded from the web at the following site: http://www.ccb.org/docs/ufgshome/UFGSToc.htm. a. Coordination. HDC will provide coordination for the technical specifications. Overall specific coordination and preparation of Boiler Plate specifications will be the responsibility of others. The Contractor is responsible for the preparation, quality and accuracy of the technical specifications. b. Software Requirements. UFGS sections shall be prepared using SpecsIntact software. The SpecsIntact software can be downloaded from the following web page: http://specsintact.ksc.nasa.gov. At the completion of the design, and at a time noted in the schedule of the individual statement of works, the SpecsIntact source files (UFGS edited sections) shall be provided to HDC via a acceptable electronic format (e.g. CD or DVD). The source files and CD/DVD will become the property of the Government. Questions regarding facilitation of review and publishing specifications using SpecsIntact shall be directed to Stefanie Baird, Civil Engineer Technician-Specifications, HDC, at (503) 808-4214. 6. SKM POWER TOOLS FOR WINDOWS (SKM PTW) COMPLIANCE. For power system analyses, the selected firm shall use the most recent version of SKM System Analysis, Inc.s Power*Tools software to directly model the system, perform the studies, and provide fully useable SKM data files after completion of each analysis. 7. SELECTION CRITERIA: Selection for this project will be based upon the following criteria listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through g are primary. Criteria h through j are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence related to the typical services to be performed. Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences and technical competence will be the primary information evaluated. The following areas shall be confirmed by the submittal of five (5) verifiable customer references of similar work performed by the A/E within the past three (3) years: Hydroelectric powerhouse and pumping plant planning, design, engineering, and operational studies. Specialized experience and technical competence in engineering and design for hydroelectric power plants with emphasis on hydraulic turbine machinery, large hydroelectric motors/generators and excitation systems, governor systems, powerhouse cooling and piping systems, and large cranes. (1) Preparation of fault studies, relay coordination studies, load flow studies, economic studies, fluid flow and air flow rate calculations, structural loading calculations, turbine performance analyses, and generator uprate studies. Electrical and hydropower efficiency, uprating studies and related hydropower reliability studies. (2) Structural and civil engineering including concrete and steel design expertise. (3) Experience with design codes and standards to include International Building Code (IBC), American Society of Civil Engineers (ASCE-7), the American Concrete Institute (ACI-318), American Institute of Steel Construction (AISC) 9th and 13th editions. Experience with the use of finite element modeling programs including STAAD-Pro. b. Professional qualifications of the personnel to be assigned to this project will be evaluated, taking into consideration education, professional engineer (PE) registration, and longevity of relevant experience. The following disciplines will be evaluated: Electrical Engineers, Electronics Engineers, Mechanical Engineers, Structural Engineers, and Civil Engineers. c. Past performance on Government and private industry contracts with respect to cost control, quality of work, and compliance with performance schedules. Government contract evaluation databases will be queried for history of performance on government contracts (e.g. CCASS, ACASS). d. The capacity to do multiple delivery orders concurrently in the required time and flexibility to add resources when required. e. Strength of project management to include communications, project tracking and issue resolution. f. Design Quality Assurance: (1) Description of quality control processes used by the firm. (2) Description of management approach firm would use on this contract if selected as the successful bidder. This information includes organizational chart(s) showing the inter-relationship(s) of management and design team components. g. Ability to meet the CADD requirements as specified in this synopsis. h. In the event of a tie, the general geographical location of the firm with respect to other firms and HDC will be considered. i. In the event of a tie, the extent of participation of small businesses, small disadvantaged businesses (8a), service disabled, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort, will be considered. j. In the event of a tie, the volume of Department of Defense work awarded to the firm within the last 12 months will be considered. 8. ADMINSITRATIVE: A/E firms which meet the requirements described in this announcement are invited to submit three copies of Part 1 and Part II of the SF 330 (6/2004) for the prime and all consultants, to the below address not later than 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 is the close of business of the next business day. Address for submission is USACE Portland District, Attn: CENWP-CT-C, 333 SW First Avenue, Portland, OR 97204-3495. This procurement is unrestricted. Technical questions should be directed to Michael Roll (503) 808-4210. Administrative questions should be directed to Kathleen Seitz, (505) 808-4628. This is not a Request for Proposal. Solicitation packages are not provided. Reference W9127N-09-R-0060.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N09R0060/listing.html)
- Place of Performance
- Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR<br />
- Zip Code: 97208-2946<br />
- Zip Code: 97208-2946<br />
- Record
- SN01865318-W 20090704/090703002410-f4f574878985f3206fe5b535f7c73834 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |