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