MODIFICATION
Y -- SOLICITATION: Repair CHPP Boilers, Phases I & 2 - Solicitation 1
- Notice Date
- 5/20/2010
- Notice Type
- Modification/Amendment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-10-R-0004
- Archive Date
- 7/6/2010
- Point of Contact
- Ronald K Jackson, Phone: 907 753-5596, Olen R. Northern, Phone: 9077532525
- E-Mail Address
-
Ronald.K.Jackson@usace.army.mil, olen.r.northern@usace.army.mil
(Ronald.K.Jackson@usace.army.mil, olen.r.northern@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Proposal (RFP) Documents for the Repair of Central Heat and Power Plant (CHPP) Boilers, Phases 1 & 2, Eielson AFB, Alaska. CONTRACT INFORMATION: This request for proposal is a design-build, full and open competitive procurement. The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considering price and non-price factors cited in this solicitation announcement. Any resulting contract will be firm-fixed priced. This will be a design build contract with a two-phase selection process. NAICS Code: 238220 with a size standard of $14,000,000. Anticipated NTP: 10 October 2010 with an 820 calendar day period of performance for the base bid; and a 1320 calendar day period of performance if both the base bid and bid options are awarded (see Project Information below). Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional approval. Should Congress not authorize this project or appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY10 subcontracting goals for this contract are a minimum of 70% of the contractor's intended subcontract amount be placed with small businesses, 6.2% of that to Small Disadvantaged Businesses, 7.0% to Woman-Owned Small Businesses, 2.0% to Service Disabled Veteran-Owned Small Business, 3.5% to Veteran-Owned Small Business and 9.8% to HUB Zone Small Businesses. The Davis-Bacon Act will apply. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. All contractors are advised that they must be registered in CCR and ORCA ( http://orca.bpn.gov ). Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise contractors begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. 'Lack of registration in the CCR database will make an offeror ineligible for award.' (Reference DFAR 252.204-7004, Required Central Contractor Registration). PROJECT INFORMATION : This project consists of the design and construction of two (2) Central Heat and Power Plant (CHPP) Boilers. The project includes demolition and replacement of Boiler #5, and Boiler #6, as well as associated emission control systems. The project will replace the spreader stoker boiler #6 and #5 with new 120,000 lbs/hour spreader stoker boilers. Boiler #5 replacement will be a bid option. This bid option will be valid up to 210 calendar days after contract award. New Boiler #6 must be complete and turned over to the Government before Boiler #5 demolition can begin. The project includes but is not limited to: demolition of existing boilers; purchase and installation of new boilers and all auxiliary equipment to support boiler operation to include but not limited to: coal feed; ash handling; condensate handling; deaerator and boiler feed water; soot blowers; boiler combustion air and forced draft fans; boiler flue gas; induced draft fans and stacks; as well as extensions of the plant control; electrical; glycol and steam systems; and installation of emission control equipment to make system fully operational. New environmental control elements (selective catalytic reduction utilizing aqueous ammonia to control nitrogen oxide and dry flue gas desulfurization used to control sulfur dioxide) will be included as part of the boiler package. Existing baghouses will be utilized. A continuous emission monitoring system will be required. Place of Performance: Eielson AFB, Alaska. Estimated Construction Range: $40M - $48M. SELECTION CRITERIA: Phase I of this acquisition will evaluate offerors considering the following technical factors (in descending order of importance): Experience; Past Performance, and Organization and Management. Phase II will evaluate offerors based upon price and considering the following technical factors (in descending order of importance): Design Narrative and Design Drawings, and Proposed Contract Duration and Summary Schedule. Small Business Plan (large businesses only) will be evaluated Acceptable/Unacceptable. The overall evaluation rating in Phase II is considered more important to the overall evaluation rating in Phase I. The overall evaluation rating of Phase One and Two is considered less important than price. OBTAINING THE SOLICITATION: Phase one of t he solicitation, including plans and specifications, are available for secure download from FedBizOpps - website: http://www.fbo.gov, and attached to this solicitation announcement. The solicitation, and the associated plans and specifications for this project, will not be issued on CD unless there are technical difficulties that cannot be promptly corrected on the FedBizOpps website. If CDs (or other electronic formats) are issued, they will be issued at no charge. For FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and use this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via the FedBizOpps website. All responsible and eligible small businesses may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the Internet only. It is the offeror's responsibility to check for any posted changes to this solicitation. All responsible sources may submit an offer for Phase One, which will be considered by the agency. CONTRACT SPECIALIST IS RON JACKSON, 907-753-5596 OR email ronald.k.jackson@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-10-R-0004/listing.html)
- Place of Performance
- Address: Eielson AFB, Eielson AFB, Alaska, 99702, United States
- Zip Code: 99702
- Zip Code: 99702
- Record
- SN02155774-W 20100522/100520235500-d7adaed1a499162c9a8c848472d69043 (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 |