Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2010 FBO #3009
SOLICITATION NOTICE

Y -- RECOVERY TAS::14 1041:: TAS RECOVERY GOGA 150682 Design-Build Photovoltaic Power/Roofing Project.

Notice Date
2/17/2010
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2011101178
 
Response Due
3/4/2010
 
Archive Date
2/17/2011
 
Point of Contact
Rodney Keiscome Contracting Officer 3039692048 Rodney_Keiscome@nps.gov ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
RECOVERY TAS::14 1041:: TAS RECOVERY GOGA 150682 Design-Build Photovoltaic Power/Roofing Project. This project will be funded by the American Recovery and Reinvestment Act of 2009 (ARRA)(Pub.L. 111-5) and is subject to the reporting requirements of the Act. The project is located on Alcatraz Island in San Francisco (San Francisco County), California. The National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway, Denver, Colorado 80228 anticipates awarding a firm-fixed price Design-Build contract based upon a two-phase selection procedure. The project solicitation consists of two (2) phases. This Pre-solicitation Notice represents Phase One, Request for Qualifications (RFQ), of the Two-Phase Design-Build process. To be further evaluated, firms must submit information in response to the criteria established in this RFQ by the specified due date and time. The North American Industry Classification System (NAICS) Code for this requirement is 237130, and the U.S. Small Business Administration Size Standard is $33.5 Million. This project is reserved solely for 8a Certified firms. The Scope of Work includes design and construction of a photovoltaic (PV) - Diesel power generation system with battery power storage to provide power to the Alcatraz Island facilities. The system will be designed to optimize energy efficiency and minimize green house gas emissions while maintaining the energy performance requirements of the Island facilities. The project also includes the roof replacement at the Main Prison Building and the execution of the non-operational recommendations of the December 17, 2009 Alcatraz Island Energy Audit Report. Alcatraz Island is located approximately 1.4 miles from the San Francisco waterfront. The island is a National Historic Landmark that hosts 1.4 million visitors per year. Transportation of construction crews and materials to the island and to the construction sites will the responsibility of the Design-Build contractor. All transportation and construction activities must be coordinated and approved by the relevant authorities. All designs and installations are subject to review and approval by historic, cultural, operational, environmental, and other relevant authorities. The PV Arrays will be located on the roofs of two historic structures on the Island, the Main Prison Building and the New Industries Building. The Main Prison Building roof will require replacement in coordination with the installation of the PV arrays and supporting structures. The Main Prison Building PV System is to consist of a photovoltaic array capable of producing a minimum of 188 kilowatt (kW) DC under average conditions at Alcatraz Island. The New Industries Building PV System is to consist of a photovoltaic array capable of producing a minimum of 97 kW DC under average conditions at Alcatraz Island. The DC power is fed to a power processing unit (PPU) which will produce 480V AC power that is then routed to a distribution panel located in the Power Plant. Conduits shall be routed through existing utility chases and tunnels in between buildings. Work shall include the installation of a new 250 kW diesel fired generator, to operate in conjunction with an existing 250 kW Tier 3 generator. The new generator will match the existing generator in performance and emissions restrictions, and will be located in the Power Plant with the existing generator. The new generator will be connected to the Island electrical distribution system located in the Power Plant. Battery Power Storage will be located in an open area on the first floor of the New Industries Building. The estimated 480V DC, 4800AH battery bank will be connected to the PPU and provide energy storage and stability to the electrical distribution system. All necessary safety and monitoring systems required for the battery installation are included. This project also includes re-roofing the Main Prison Building; including removal of existing built-up roofing system on roof, parapet walls and curbs. The new roof will consist of 2-ply modified bitumen on a reinforced concrete deck using a smooth cap sheet with a reflective coating. Flashing, along with associated improvements and minor repair of some existing roof projections, is included with the re-roofing. In addition, replace the bird deterrent system with an in-kind product. Previous projects on Alcatraz Island have identified the presence of lead and asbestos in, and/or on, some of the existing materials. Appropriate testing, abatement and/or construction precautions will be performed as part of this project. Further develop and execute energy efficiency measures as outlined in the recent Alcatraz Island Energy Audit Report including: - Expanded Energy Audit and Demand Metering- Lighting Efficiency Analysis, Design, Recommendations and Upgrade- Water Heater Efficiency Recommendations- Mechanical Equipment Efficiency Analysis, Design and Recommendations- Operational Recommendations- Comprehensive Strategic Energy Management Plan for Alcatraz Island The contractor's design will be based upon the Schematic Design concept, project requirements narrative and Performance Technical Specifications (PTS) that will be provided in a subsequent Request for Proposal (Phase Two). Contractor recommendations for creative cost savings and/or quality-enhancing design solutions will be considered via the later RFP/Phase Two process. The project process will follow the National Park Service (NPS) workflows (http://www.nps.gov/dsc/workflows/designbuild.htm ). The estimated price is between $5,000,000 and $7,500,000, including all design and construction. All work will be completed no later than June 27, 2011. ARRA funding has been secured for this project. The contract provides for preparation of design development, value analysis of system alternatives, and construction documents. It is anticipated that the project will follow "Fast-Track construction" processes to meet schedule goals. Record (redlined) hard copy drawings and As-Constructed AutoCAD files drawings will also be required upon construction completion. All Design-Build firms have until 4:00 P.M. (Mountain Time Zone), March 4, 2010 to provide qualifications for evaluation based upon the following criteria in descending order of importance: 1. Past performance, demonstrating quality of work, professional expertise, technical competence, and ability to effectively schedule and manage a multi-disciplinary work force; 2. Extent of design/build experience of the firm and key personnel, especially experience that the offeror's A/E/construction company partnership has working together, particularly with the PV-Diesel power generation contracts; 3. Demonstrated ability to provide innovative, cost effective design and construction solutions, with emphasis and a commitment to improving on the initial design concepts without adding to the overall project cost; 4. Experience with projects of a type and scope similar to that of this project, which includes design and construction involving PV-Diesel power generation, battery power storage, and roof replacement in and on historic structures and historic sites;5. Experience involving remote construction sites, island construction sites, historic buildings and construction sites, construction sites with high public/pedestrian activity, and construction sites with environmental restrictions due to bird breeding seasons or other wildlife activities. Design-Build firms/teams that meet the requirements of this announcement are invited to submit a Standard Form 330, U.S. Government Architect-Engineer Qualifications, to the office indicated above for Phase One evaluation. The SF 330's are formatted for architect-engineer and related services but this form will be used for both design and construction qualifications. The SF 330 can be downloaded from the forms library section at following website: http://www.gsa.gov. Only one (1) hard copy responses received by 4:00 P.M. (Local Mountain Time), March 4, 2010, will be evaluated further. Up to five of the most highly qualified Design-Build firms will be short-listed to participate in Phase Two of this Design-Build selection process. In Phase Two, those firms short-listed will be sent the Request for Proposal (RFP) which will contain the NPS Schematic Design Drawings, project requirements narrative, Performance Technical Specifications (PTS), and evaluation criteria for technical and firm-fixed price proposals. Offerors will be required to prepare a proposal that may include design enhancements/cost-savings measures, and must include a project management plan describing the contractor's management philosophy, proposed schedule, team organization, and quality control protocols as part of the Phase Two technical proposal. The RFP will not require new design drawings as part of the Phase Two submittal. A price proposal will be required along with the technical and management proposals. Short-listed offerors will be asked to submit both a technical and a price proposal based upon evaluation factors identified in the RFP. Award of a single contract will be made to the "Best Value" offeror by approximately May 14, 2010. Debriefings will be made available after contract award. For inquiries and clarifications, the primary point of contact is Rod Keiscome, Contracting Officer, telephone number 303-969-2048, email rod_keiscome@nps.gov. The alternate point of contact is Bethany Mills, Contract Specialist, telephone number 303-969-2592, email bethany_mills@nps.gov. No collect calls will be accepted. Note: this is not an RFP. SUBMISSION REQUIREMENTS: Design-Build firms/teams that fully meet the requirements described in this announcement are invited to submit a Letter of interest and, at a minimum, submit a prime contractor SF 330, an organizational chart of the team and resumes and projects for the prime contractor and each member of the team. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. Separate SF 330s for each team member can also be submitted, if you so choose. Submission of any additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on SF330. Additional information should not exceed 20 double-side pages. It is recommended that submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this announcement (http://www.bpn.gov). In addition, active registration in CCR is required in order to conduct business with the Federal Government. One (1) hard copy of Phase One responses must be received by 4:00 P.M. (Local Mountain Time), March 4, 2010 at one (1) of the following address(es): VIA OVERNIGHT DELIVERY SERVICE: National Park Service Attn: Bethany Mills 12795 West Alameda Parkway Denver, CO 80228-2838 Or VIA U.S. POSTAL SERVICE: National Park Service Attn: Bethany Mills P.O. Box 25287 Denver, CO 80225-0287 Note: This is a Pre-solicitation Announcement for Requests for Qualifications. This is not a Request for Proposals. Note: Architectural/engineering (A/E) firms that were involved in the preparation of the final schematic design and performance specifications for this project are not eligible to participate in the subsequent Design-Build process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101178/listing.html)
 
Place of Performance
Address: Alcatraz Island in San Francisco (San Francisco County), California.
Zip Code: 94123
 
Record
SN02066701-W 20100219/100217234501-da56c5fafdf6744a21f4706eb6a11c99 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.