MODIFICATION
Y -- The US Army Corps of Engineers, Savannah District is issuing this synopsis announcement for the construction of the Savannah Harbor Dissolved Oxygen Injection System. - Solicitation 1
- Notice Date
- 10/2/2014
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Savannah, Attn: CESAS-CT, 100 West Oglethorpe Ave, Savannah, GA 31401
- ZIP Code
- 31401
- Solicitation Number
- W912HN-13-R-0018
- Response Due
- 10/31/2014 11:59:00 PM
- Archive Date
- 1/30/2015
- Point of Contact
- Whittni C. Wright, Phone: 9126525476, Jennifer L. Murphy, Phone: 912-652-6147
- E-Mail Address
-
whittni.c.wright@usace.army.mil, jennifer.l.murphy@usace.army.mil
(whittni.c.wright@usace.army.mil, jennifer.l.murphy@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W912HN-13-R-0018 DRAWINGS VOL4 W912HN-13-R-0018 DRAWINGS VOL3 W912HN-13-R-0018 DRAWINGS VOL2 W912HN-13-R-0018 DRAWINGS VOL2 W912HN-13-R-0018 DRAWINGS VOL1 W912HN-13-R-0018 SPECS VOL3 W912HN-13-R-0018 SPECS VOL2 W912HN-13-R-0018 SPECS VOL1 Solicitation is pending the execution of the Project Partnership Agreement (PPA). The response date for this synopsis is not the due date for proposals, the due date for proposals will be indicated in the forthcoming request for proposals. The Government will use a Best Value Price Performance Tradeoff (PPT) Evaluation Process in accordance with the Federal Acquisition Regulation (FAR) part 15.101-1. This is a notice of the Government's intent to issue a full and open solicitation for the purpose of awarding the Savannah Harbor Expansion Project (SHEP) Dissolved Oxygen (DO) Injection system with an estimated magnitude of construction between $25 Million and $100 Million. The Solicitation will be issued as Unrestricted under NAICS code 237990. There will be no options for this requirement. The Government contemplates that this solicitation will result in a single firm-fixed priced contract award. Description of Work: Construction of Dissolved Oxygen (DO) Injection Systems as described below. The location of the work is in the Savannah River, Chatham and Effingham County, Georgia. There are two specific locations for the DO systems. The first location (Upriver Site) is on property adjacent to Plant McIntosh in Effingham County, Georgia, and the second (Downriver Site) is on property adjacent to International Paper (IP) on Hutchinson Island in Chatham County, Georgia. At the Hutchinson Island location, the DO will be injected into both the Savannah River and the Back River, both located in the State of Georgia. The construction of the DO Injection System at the project sites will include DO Injection System installation, on-site oxygen generation, use of Speece Cones, intake/discharge piping systems, pumps, electrical service, concrete pads, access roads, instrumentation, remote monitoring, security and perimeter fencing. All components of the systems must be constructed of materials durable in the marine environment and will not have detrimental effects on aquatic life. Potential long-lead time items in the project include the following equipment and/or material: Traveling Fish Handling Dual Flow Screens: The project includes the furnishing and installation of a number Fish Handling Dual Flow Screens, controls and associated accessories. The Traveling Screens clean and remove fish and debris from incoming raw river water. The Downriver Site will include four (4) traveling fish handling dual flow screens, each rated for 15,542 gpm, consisting of 40 mesh panels each with openings of 3/8 quote mark x 3/8 quote mark. The Upriver Site will include three (3) traveling fish handling dual flow screens, each rated for 43,215 gpm, consisting of 48 mesh panels with openings of 3/8 quote mark x 3/8 quote mark. Vertical turbine pumps: The Downriver Site will include four (4) 500 hp vertical turbine pumps rated at 11,077 gpm at 130' TDH. The Upriver Site will include three (3) 1500 hp vertical turbine pumps rated at 38,770 gpm at 120' TDH. Oxygen Generation System: Project includes modular pressure/vacuum swing adsorption oxygen generating systems. The Downriver Site oxygen generation system will include three (3) units each rated at 250 lbs/hr. The Upriver Site oxygen generation system will include seven (7) units each rated at 250 lbs/hr. Speece Cones: The project includes the sole-source procurement of brand name components that will be used within the construction of an oxygenation system. Downriver Site will include four (4) 12' diameter x 22' tall Speece Cones each rated for 5,500 lbs/day. Upriver Site will include eight (8) 12' diameter x 22' tall Speece Cones each rated for 5,500 lbs/day. Period of Performance: The period of performance for this project will be 820 calendar days and includes an interim completion period of 450 days for completion and Government acceptance of the Downriver Site. Completion of the Downriver Site is vital to the critical path for overall completion of the SHEP. Evaluation Criteria: The Government will use a Best Value Trade off evaluation process in rendering the best value decision for award of this contract. Only the offeror whose proposal provides the best overall value to the Government will be selected for contract award. The evaluation factors and their relative importance for this solicitation and evaluation process are as follows: Non-cost Factors: FACTOR 1: PAST PERFORMANCE: This factor is more important than FACTOR 2, FACTOR 3 and FACTOR 4. FACTOR 2: CORPORATE RELEVANT SPECIALIZED EXPERIENCE. This factor is less important than FACTOR 1 but more important than FACTOR 3 and FACTOR 4. FACTOR 3: SUMMARY SCHEDULE. This factor is less important that FACTOR 1 and FACTOR 2 but more important than FACTOR 4. FACTOR 4: SMALL BUSINESS PARTICIPATION PLAN. This is the least important factor. FACTOR 5: PRICE: All non-cost factors, when combined, are more important than Price. This full and open solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. NOTE: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation. NOTE: Any prospective Offeror must first register in the System for Award Management (SAM) at www.sam.gov. After completing SAM registration, interested Contractors and their subcontractors must then register at https://www.fbo.gov in order to obtain solicitation documents, plans and specifications for this solicitation. Contractors that have an existing FedTeds account should be able to use their existing logins to search for the solicitation number once it is released at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the Fed Biz Opps site. It is the Offeror's responsibility to check the Internet address provided as necessary for any amendments that may be posted to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-13-R-0018/listing.html)
- Place of Performance
- Address: USACE District, Savannah Attn: CESAS-CT, 100 West Oglethorpe Ave Savannah GA
- Zip Code: 31401
- Zip Code: 31401
- Record
- SN03541718-W 20141004/141002235537-363ba9ecd416d5b4d4ee7e3eb5346b2d (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 |