|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- INDEFINITE DELIVERY TYPE (ELECTRICAL POWER SYSTEMS) CONTRACT,
CENTER FOR PUBLIC WORKS, WORLDWIDE, ALEXANDRIA, VA. SOL
DACA31-98-R-0071 DUE 091498 POC Mary P. Cunningham (410) 962-3953 1..
CONTRACT INFORMATION: Engineering services are required for Electrical
Power Systems to perform analytical services in support of Army
facilities engineers, as directed by the U.S. Army Center for Public
Works, Alexandria, VA, Worldwide. Contract will be for a base period
not to exceed one year and two option periods. The amount of work in
each contract period will not exceed $750,000.00. An option period may
be exercised when the contracts amount for the base period or
preceding option period has been exhausted or nearly exhausted.
Contract will be firm fixed priced. Individual task orders shall not
exceed $150,000.00. This announcement is open to all businesses
regardless of size. The anticipated award is February 1999.
Subcontracting Plan Requirements: If the selected firm is a large
business concern, a subcontracting plan with the final fee proposal
will be required, consistent with Section 806(b) of PL 100-180, PL
95-507, and PL 99-661. A minimum of 65% of the total planned
subcontracting dollars shall be placed with small business concerns. At
least 15% of total planned subcontracting dollars shall be placed with
small disadvantaged businesses (SDB), including Historically Black
Colleges and Universities or Minority Institutions, and 8% with
Women-Owned Small Businesses (WOSB). The plan is not required with this
submittal. 2. PROJECT INFORMATION: Specific projects include the
preparation and update of technical manuals, technical notes, and
pamphlets in the areas of : uninterruptible power supplies, power
transformer installation and maintenance, ADP installation, electronic
equipment grounding, facilities electrical engineering requirements,
evolution of electrical projects, auxiliary generators, electrical
safety, electrical interior, electrical exterior, power filter
applications, and electrical O&M procedures, and all areas of
mechanical engineering aspects of the operation and maintenance of
utility plants, buildings, and systems. 3. SELECTION CRITERIA: See Note
24 for general A-E selection process. The electrical power system
studies to be conducted for DoD installations worldwide will require
highly qualified specialists with extensive experience and education in
the analysis and simulation of electrical/mechanical power systems. The
selected firm should possess a complete range of analog and digital
facilities needed to perform both routine and complex system studies.
Experience shall include, but not be limited to the following: a)
Preparation of digitized color area electrical/mechanical system
distribution maps; b) Preparation of electrical/mechanical one-line
diagrams; c) Preparation of three dimensional electrical/mechanical
system one-line diagrams; d) Electrical/mechanical system data
collection and preparation of data collection manuals; e) Preparation
of short circuit studies; f) Preparation of protection coordination
studies; g) Preparation of peak-shaving studies; h) Preparation of
power reliability analyses; i) Preparation of ground potential rise
studies; j) Preparation of system neutral grounding studies; k)
Preparation of optimum grounding grid studies; l) Preparation of power
factor and load analyses; m) Preparation of load flow studies; n)
Preparation of standby/emergency power and uninterruptible power supply
(UPS) system studies; o) Preparation of power plant studies; p)
Preparation of boiler efficiency studies; q) Preparation of natural gas
system studies; r) Preparation of heat/steam distribution system
analyses; s) Electrical/mechanical troubleshooting and expert
engineering advice and analyses of components and systems; t) Ability
to provide testing/adjusting/balancing (TAB) services for energy
distribution systems, e.g., hot water and conditioned air. The
following disciplines are required, but not limited to: Electrical
Engineer, Power Systems Engineer, Electronic Engineer, Instrument
Engineer, Design Engineer, Designer, Environmental Engineer, Mechanical
Engineer, Illustrator-Artist, Technical Writer, Computer Programmer,
Computer Analyst, Industrial Engineer, Civil Engineer, Structural
Engineer, Chemical Engineer, and Sanitary Engineer. 4. SUBMISSION
REQUIREMENTS: See Note 24 for general submission requirements.
Interested firms having the capabilities to perform this work must
submit one copy of a SF 255. A SF 255 must be submitted for prime and
joint ventures and a SF 254 must be submitted for prime, joint
ventures, and consultants, to the above address, no later than the
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. Include the
firm's ACASS number in the SF 255, Block 3b. For ACASS information,
call (503) 808-4591. The SF 255 and SF 254 shall clearly indicate the
staffing of the office indicated to do the work. Street address: City
Crescent Building, ATTN: Mary P. Cunningham, Rm 7000, 10 S. Howard
Street, Baltimore, MD 21201. Technical questions should be directed to
Mr. Peter Cascio (703) 806-5169. In order to comply with the Debt
Collection Improvement Act of 1996, all contractors must be registered
in the Central Contractor Registration (CCR) to be considered for an
award of a Federal contract. The registration date was extended until
31 May 1998. Contact CCR Web site at HYPERLINK
http://www.acq.osd.mil/ec http://www.acq.osd.mil/ec . Registration can
also be accomplished via dial up modem at (614) 692-6788 (User ID:
ccrpub; Password: pub2ccri), or through any DoD Certified Value Added
Network. To review the database the web site is HYPERLINK
http://www.fedcnavigator.disa.mil http://www.fedcnavigator.disa.mil .
Additionally, a paper form for registration may be obtained from the
DoD Electronic Commerce Information Center at 1-800-334-3414.
Solicitation packages are not provided for this project. This is not a
request for proposal.***** Posted 08/11/98 (W-SN235589). (0223) Loren Data Corp. http://www.ld.com (SYN# 0025 19980813\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|