Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606

U.S. Army Corps of Engineers, Portland District, P.O. Box 2946, Portland, OR 97208-2946

Z -- A/E INDEFINITE DELIVERY CONTRACT FOR HYDROELECTRIC POWERHOUSE AND PUMPING STATION PLANNING AND DESIGN SERVICES. SOL DACW57-00-R-0031 DUE 062200 POC Ms. Anna Penna, Contract Specialist, 503-808-4614 E-MAIL: ralph.p.banse-fay@nwp.usace.army.mil, anna.r.penna@nwp.usace.army.mil. U.S. ARMY ENGINEER DISTRICT, PORTLAND, ATTN: CENWP-CT-C P.O. BOX 2946, PORTLAND, OREGON 97208-2946 OR ROBERT DUNCAL PLAZA, 333 SW FIRST AVE, 10TH FLOOR, PORTLAND, OREGON 97204-3495 REQUEST FOR CBD SYNOPSIS TO SUPPORT THE U.S. ARMY CORPS OF ENGINEERS HYDROELECTRIC DESIGN CENTER PROGRAM RFP: DACW57-00-R-0031. POC Anna Penna,Contract Specialist, (503)-808-4614; Contracting Officer, Ralph Banse-Fay (Site Code DACW57) SUBJECT: A/E Indefinite Delivery Contract (IDC) for Hydroelectric Powerhouse and Pumping Plant Planning and Design Services. CONTRACT INFORMATION: A-E services are required to support the national hydroelectric powerhouse and pumping plant planning and design activities of the U.S. Army Corps of Engineers' Hydroelectric Design Center, Portland, Oregon. An A/E Indefinite Delivery Contract will be awarded for a one year period with options to extend the contract for two additional one year periods, not to exceed a total of three years. Multiple awards may be issued under this contract. Work to be subject to satisfactory negotiation of individual task orders with the total contract not to exceed $500,000 for each contract period. If the $500,000 limit for a contract period is reached prior to 12 months after the start of the period, the option for the next contract period(s) may be exercised. This announcement is open to all businesses regardless of size. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.2000.com or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. PROJECT INFORMATION: The selected contractor will be required to perform services inclusive of, but not limited to, the following types: A) Planning and designs for the replacement, refurbishment, or upgrades of hydroelectric powerhouse and pumping plant systems, equipment, and appurtenances (including, but not limited to, generator stators, turbines, power trains, governors, exciters, transformers, circuit breakers, control systems (i.e. hardwired, solid-state, and/or digital designs), control and protection relay systems (i.e. hardwired, solid-state, and/or digital designs). B) Designs for uprate and/or maintenance of all electrical-mechanical equipment relative to high, medium and low voltage systems (including, but not limited to, switchyard switchgear and breakers, motor and control systems including gantry and bridge crane systems, and static start system for condensing operations). C) Designs for maintenance and replacement of electrical-mechanical equipment utilized for water control pumping plants and/or power generation, and containment structures (including, but not limited to, powerhouse gates, gating at remote structures, sump pumps, cooling water pumps, potable water pumps, water treatment stations and all associated piping and other flow passages). D) Provide design services for the design, upgrade and maintenance of control and SCADA systems, fiber optic and digital communication systems, video security and cathodic protection systems. E) The selected contractor will also be capable of performing the procedures for estimating hydropower project energy output and dependable capacity for determining power benefits and performing hydropower economic analyses for various types of power projects (including, but not limited to, new conventional and pumped-storage projects, hydroelectric and pumping plant expansions, rehabilitation of existing hydroelectric and pumping plant projects, operational changes, and cost allocation studies). F) The contract will include Hydroelectric and Pumping Plant Electrical, Mechanical, Structural, and Civil, investigations for equipment and facility assessments (including, but not limited to, initial feasibility cost appraisals, final engineering cost appraisals, reconnaissance studies, fault studies, relay coordination studies, feasibility studies which may include an engineering analysis of all prudent applicable design options and an engineering recommendation for the proposed design, generator uprate studies, power system uprate studies, plans and specifications, and Engineering During Construction). G) The contractor will be required to provide engineering documentation to fully support the contents of all engineering work required under this contract. H) In addition to furnishing hard copy reports, the contractors must be able to furnish reports on CD ROM. I) The work will be United States wide, with possible work in other locations as may be assigned to the U.S. Army Corps of Engineers Hydroelectric Design Center. SELECTION CRITERIA: See Note 24 for general selection process. Selection of firms for negotiation shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Services required to include selection criteria listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through D are primary. Criteria E through G are secondary and will only be used as "tie-breakers" among technically equal firms. A. Specialized experience and technical competence in the following areas shall be confirmed by the submittal of five verifiable customer references of similar work performed by the AE within the past three years: (1) hydroelectric powerhouse and pumping plant planning, design, and operational studies. (2) specialized experience and technical competence in engineering for hydroelectric power operating stations with emphasis on turbine machinery and large hydroelectric motors/generators and excitation systems. (3) 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. (4) design of large hydroelectric motors, generators, excitation systems, control and SCADA systems including relay logic and PLC programming. (5) Microstation SE (6) design including turbines, governor systems, powerhouse cooling and piping systems, and large electrical cranes. (7) Structural and Civil Engineering including concrete and steel designs expertise. (8) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization including an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants. B. Professional Qualifications: The contract will require the following disciplines, with registration required where applicable: (Use the nomenclature for disciplines as noted in this advertisement.) Electrical Engineer, Electronics Engineer, Software Engineer, Mechanical Engineer, Structural Engineer, Civil Engineer, Economist. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. C. Past Performance: Past performance on DOD/DOE and other contracts with respect to cost control, quality of work, and compliance with performance schedules. D. Capacity to accomplish the work: The capacity to do multiple delivery orders concurrently in the required time, flexibility to add resources when required, ability to efficiently work closely with HDC staff. E. Geographic Location: Proximity to Hydroelectric Design Center, Portland, Oregon. F. Small Business, Small Disadvantage Business, and Women Owned Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women owned businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS: See Note 24 for general submissions requirements. Firms must submit a copy of their SF 254 and SF 255, and a copy of each consultant's SF254. The 11/92 edition of the forms must be received in the Portland District Office,CENWP-CT-C Attn: Anna Penna not later than close of business on the 30th day after the date of publication of this solicitation in the Commerce Business Daily. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business on the next business day. Regulation requires that any submittals received after this date cannot be considered by the Selection Board. Include ACASS number in Block 3b and RFP Number in Block 2b of the SF 255. Call the ACASS Center at 503-808-4590 to obtain a number. Solicitation packages are not provided. A maximum of ten (10) projects, including the prime and consultants, will be reviewed in Block 8. This is not a request for proposal. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered highly qualified after submittal review by the selection board. (I-248 SN118679)SIC Code 8712. Note 24. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, when requested, and (3) any requested supplemental data to the procurement office shown. Firms having a current Standard Form 254 on file with the procurement office shown are not required to register this form. Firms desiring to register for consideration for future projects administered by the procurement office (subject to specific requirements for individual projects) are encouraged to submit annually, a statement of qualifications and performance data, utilizing Standard Form 254, Architect-Engineer and Related Services Questionnaire. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. Selection of firms for negotiation shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include: (1) professional capabilities; (2) specialized experience and technical competence, as required; (3) capacity to accomplish the work in the required time; (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) any other special qualification required under this announcement by the contracting activity. In addition to the above qualifications, special qualifications in the Department of Defense include the volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution of Department of Defense architect engineer contracts among qualified architect-engineer firms including small and small disadvantaged business firms, and firms that have not had prior Department of Defense contracts. Posted 05/19/00 (W-SN456923). (0140)

Loren Data Corp. http://www.ld.com (SYN# 0119 20000523\Z-0006.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page