SOLICITATION NOTICE
C -- ARCHITECT-ENGINEER INDEFINITE DELIVERY CONTRACT FOR HYDROELECTRIC POWER AND PUMPING PLANT ENGINEERING, DESIGN AND ANALYSIS SERVICES
- Notice Date
- 8/8/2014
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N-14-R-0027
- Response Due
- 9/8/2014
- Archive Date
- 10/8/2014
- Point of Contact
- Amy Wong, 503-808-4608
- E-Mail Address
-
USACE District, Portland
(amy.a.wong@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. This Indefinite Delivery Indefinite Quantity (IDIQ) contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. The wages and benefits of listed services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act under http://www.wdol.gov, as determined relative to the employee's office location (not the location of the work). Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This solicitation will facilitate the award of up to two IDIQ contracts with a maximum capability of $4.75 million each. The contract will have a base period of one year and four option periods of one year each. Option periods may be exercised at the discretion of the Government before expiration of the previous periods. The maximum for each task order will not exceed the annual contract amount. Each contract will be stand alone and mutually exclusive of each other. This announcement is open to all businesses regardless of size. The estimated start date is October 2014. This contract will be available for use by other USACE branches within the USACE Northwestern Division. The work will be nationwide, with possible work in other locations as may be assigned to HDC, HAC, or Portland District. To be eligible for award, contractors must be registered in the System for Award Management (SAM) database at www.sam.gov or by contacting the Service Desk at 1-866-606-8220. Registration is free and potential offerors are encouraged to visit the SAM website and register as soon as possible to avoid delays should they be selected for a contract award. Large businesses are expected and required to follow and provide a subcontracting plan. 2. TYPICAL SPECIALIZED (HYDROPOWER) SERVICES. a. Planning, Engineering and Design for the replacement, refurbishment, or upgrade of major hydroelectric powerhouse and pumping plant equipment (e.g., generators, turbines, governors, exciters, transformers, 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, design, and CADD 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; FERC/NERC compliance generator, exciter and governor model validation studies, electrical arc flash hazard studies, preparation of plans and specifications; engineering during construction; field and factory inspections and failure/forensic investigations. f. Project management, asset management, economics, and planning analysis of the replacement, refurbishment, or upgrade of hydropower equipment and structural/civil components and systems utilized in hydroelectric powerhouses and pumping plants. Economics and planning analysis for reallocation of reservoir storage. g. Process and procedure development, planning documents, and technical report writing relating to hydropower and large pumping plant industry business practices. 3. CAD/BIM COMPLIANCE: The selected firm must be able to use Autodesk or Bentley software applications to produce drawings and BIM deliverables. All drawings produced will be in compliance with the Architectural, Engineering and Construction (A/E/C) CAD Standard as issued by the CAD/BIM Technology Center https://cadbim.usace.army.mil/CAD. Drawings must be delivered to the Government in the agreed format. Any conversion processes from other formats must be approved by the Government prior to submission of deliverables. For BIM deliverables, a Project Execution Plan (see https://cadbim.usace.army.mil/BIM for template and instructions) is required prior to the start of design. The plan shall at a minimum document BIM uses, analysis technologies, tools, conversion processes and workflows. All questions regarding CAD and BIM requirements may be directed to the Portland District CAD/BIM Management team at CADD-System@usace.army.mil, (503) 808-4825, (503) 808-4884 or (503) 808-4857. 4. ANSYS (FEA/CFD) COMPATABLE COMPLIANCE. For Finite Element Analysis or Computational Fluid Dynamics analysis, the selected firm shall use the most recent version of ANSYS, Inc.'s software or provide files usable by the most recent version of ANSYS, Inc.'s software. Compatible files shall be of file extension.ans or approved equal. Models shall include a fully meshed model, complete with material properties, real constants, boundary conditions, applied loads, constraints, etc. The solver shall also be supplied including load steps, iterations, etc. Also included shall be the post processing files and log files for each part. Different load conditions shall be sent in different files. 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 in accordance with ER 1110-1-8155, Engineering and Design Specifications, and UFC 1-300-2, Unified Facilities Guide Specifications (UFGS) format standard. Specifications developed under this contract shall be in conformance with HDC established policy. In general, technical specifications shall be produced from UFGS, CENWP-EC, and HDC locally prepared guide specifications. UFGS sections can be downloaded from the web at the following site: http://www.wbdg.org/ccb/browse_cat.php?c=3. a. Coordination. HDC will provide coordination for the technical specifications. Overall specific coordination and preparation of quote mark Boiler Plate quote mark specifications will be the responsibility of the District un-which the project resides. The Contractor is responsible for preparation, quality and accuracy of the technical specifications and coordination of the specifications package as appropriate. b. Software Requirements. UFGS sections shall be prepared using SpecsIntact software. The SpecsIntact software can be downloaded, free if charge, from the following web page: http://specsintact.ksc.nasa.gov. At the completion of the design phases, and at times noted in the schedule of the individual performance work statements, 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. 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. Generation equipment model validation studies shall use the most recent versions of PSLF or PSSE and provide fully usable data files after the 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 quote mark a quote mark through quote mark g quote mark are primary. Criteria quote mark h quote mark and quote mark i quote mark are secondary and will only be used as a quote mark tie-breaker quote mark among technically equal firms. a. Specialized Experience and Technical Competence. 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: (1) Specialized experience and technical competence in engineering and design for hydroelectric power systems and components with emphasis on hydraulic turbine machinery, large hydroelectric motors/generators and excitation systems, controls and protections systems, relays, governor systems, powerhouse cooling and piping systems, and large cranes. (2) 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. (3) Hydroelectric powerhouse and pumping plant investigations, planning, design, engineering, and operational studies. Electrical, mechanical, structural and civil evaluation for equipment and facility assessments, field and factory inspections, and forensics/failure inspections. (4) Structural and civil engineering including concrete and steel design expertise including CADD support. (5) Experience with design codes and standards to include International Building Code (IBC), American Society of Civil Engineers (ASCE-7), the American Concrete Institute (AC1-318), American Institute of Steel Construction (AISC) 9th and 13th editions. Experience with the use of finite elements modeling programs including STADD-Pro. Experience in FERC/NERC compliance generator, exciter and governor model validation studies, and electrical arc flash hazard studies. b. Professional Qualifications. 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. 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. Capacity to Accomplish the Work. 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. SB and SDB Participation. In the event of a tie among the qualified firms, 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 and the historical data of meeting and exceeding subcontracting goals. i. Equitable Distribution of DoD Contracts. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 8. SUBMISSION REQUIREMENTS. Interested A/E firms having the capabilities to perform this work must submit one original, three copies and one CD 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 4 p.m. (PDT) on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is 4 p.m. (PDT) of the next business day. Address for submission is: USACE Portland District ATTN: Kathleen Seitz, CECT-NWP-C W9127N-14-R-0027, Hydro IDIQ 333 SW First Avenue Portland, OR 97204-3495. This procurement is unrestricted. The NAICS Code for this procurement is 541330 and the size standard is $15 million. All responses must be received by the specified due date and time to be considered. ANY RESPONSES RECEIVED AFTER THAT DATE AND TIME WILL NOT BE CONSIDERED. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. Administrative questions should be directed to Kathleen Seitz (503) 808-4628. This is not a Request for Proposal. Solicitation packages are not provided. Reference-W9127N-14-R-0027.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-14-R-0027/listing.html)
- Place of Performance
- Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
- Zip Code: 97208-2946
- Zip Code: 97208-2946
- Record
- SN03457676-W 20140810/140808234813-4d2aeec496aa22f670b5a6b419196d79 (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 |