SOLICITATION NOTICE
B -- Biomass Heating Feasibility Assessment of SE Alaska USCG Facilities
- Notice Date
- 9/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Pacific), 915 Second Avenue, Room 2664, Seattle, Washington, 98174-1011
- ZIP Code
- 98174-1011
- Solicitation Number
- HSCG50-08-Q-6Y5401
- Archive Date
- 10/3/2008
- Point of Contact
- Kristina M. Meabon,, Phone: (206) 220-7411
- E-Mail Address
-
kristina.m.meabon@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- AS OF 5 DECEMBER 2007, SEE FAR 12.603 STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS. For Combined Synopsis/Solicitation This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, FAR Parts 12 and 13, and is supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number HSCG50-08-Q-6Y5401 is being issued as a Request for Quotation and incorporates provisions and clauses effective through FAC 2005-26, dated 06/12/2008. The resulting purchase order will be firm-fixed-price. This requirement is available for full and open competition and will be awarded under simplified acquisition procedures (FAR Part 13). The North American Industry Classification System Code (NAICS) is 541690 and size standard of $7.0 million. Statement of Work: Biomass Heating Feasibility Assessment – SE Alaska USCG Facilities USCG – Civil Engineering Unit Juneau August 2008 Objective: The U.S. Coast Guard is seeking to reduce facility heating costs while at the same time transition to renewable energy sources. Southeast Alaska has abundant renewable biomass (wood) resources which have been successfully utilized for commercial facility heating at other regional installations. The objective of this project is to assess the technical, operational, and economic feasibility of biomass heating for all or parts of four SE Alaska facilities – ISC Ketchikan, AIRSTA Sitka, Petersburg Housing, and Station Juneau. Project Phases: 1. Facility Assessment – Perform site visits and facility inspections to ascertain existing equipment and facility conditions, configurations, and capacities. The USCG has extensive information available regarding each facility and its attendant systems which will be made available to the Contractor. Contractor shall be responsible for gathering remaining information as necessary to fill in gaps. 2.Fuel Source Assessment – Evaluate the availability, quality, reliability, and costs of various local and regional biomass sources which could supply fuel to the subject facilities. 3.Conceptual Equipment Configurations – Based on the assessments above, propose optional equipment configurations for each facility using economic and operational criteria. Recommend a preferred alternative for each facility. Provide basic capacity, make, and layout information which would guide a detailed design effort in a subsequent project. Include facility requirements for biomass storage and handling systems and manpower. 4.Cost Analysis - Perform a lifecycle cost analysis of the preferred option for each facility, to include design, construction, O&M, and fuel costs. Compare those costs to the status quo facility heating configuration, and perform a simple payback calculation for each facility. 5.Reporting – Upon final approval of the above phases, provide a final comprehensive report, broken down by each facility. Deliver an in-person professional presentation of the report conclusions to the US Coast Guard in Juneau, Alaska describing the analysis and selection methodologies used in the report, and answering applicable questions on the recommended systems. Deliverables: 1.Draft and final report for combined Phases 1-3. Include facility photos/drawings to illustrate concept configurations and layouts. Provide contact information for the various local and regional biomass suppliers. Include manufacturers’ cut sheets of the recommended systems. 2.Cost analysis report, including breakdowns of all calculations, and a detailed explanation of any estimating models used. 3.In-person presentation of the report recommendations to USCG personnel in Juneau, Alaska. Schedule: 1.Deliverable #1 (draft): NLT 90 calendar days (CD) after contract award. 2.Deliverable #1 (final): NLT 30 CD after receipt of USCG draft deliverable comments. 3.Deliverable #2: NLT 21 CD after approval of final report. 4.Deliverable #3: NLT 45 CD after approval of final report. The resulting purchase order shall be awarded on a best value basis and negotiated on a firm fixed price basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors- Commercial Items FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors will include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. FAR 52.212-4, Contract Terms and Conditions- Commercial Items FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.204-7, Central Contractor Registration FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2008) FAR 52.219-28, Post Award Small Business Program Representation (June 2007) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor – Cooperation with Authorities & Remedies (Feb 2008) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Mar 2007) FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) FAR 52.222-50, Combating Trafficking in Persons (Aug 2007) FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006) In accordance with 52.215-2, Evaluation – Commercial Items, the Government will award a purchase order resulting from this request for quotation to the responsible offeror whose offer conforming to the request for quotation will be most advantageous to the Government, price and other factors considered. Evaluation factors include the following: Evaluation Factors 1-3 are considered to be of equal importance and when grouped together are of equal importance to Evaluation Factor 4, Price. Please limit the technical proposal to no more than ten pages, including resumes. 1) Technical Approach - the extent to which the offeror demonstrates understanding of the Statement of Work, including those factors unique to those conditions unique to performing such work in Alaska. 2) Key Personnel - qualifications (education and experience) of proposed project team to perform the work as described in the Statement of Work. 3) Past Performance - The relevance and quality of prior performance. Evaluation of past performance will include: the quality of services and products, timeliness of performance, and customer satisfaction. 4) Price. The Government reserves the right to make award on the basis of the original submissions, without negotiations or call for final price revisions. Offerors are urged to submit their best offer with the original proposal submission. Offerors shall provide their price proposal in the following format: Line Item 0001 – Biomass Heating Feasibility Assessment – SE Alaska USCG Facilities 1 Lump Sum $_________ The Contracting Officer is the sole point of contact for this request for quotation. Address, in writing, any questions you have to the Contracting Officer. Inquiries may be sent via e-mail to Kristina.M.Meabon@uscg.mil or fax to (206) 220-7390. Quotes must be received no later than 2:00 PM PDT, 18 September 2008. Signed and dated responses may be e-mailed to the Contracting Officer at Kristina.M.Meabon@uscg.mil or faxed to (206) 220-7390. Quote packages shall include: 1. Price (as requested above); 2. Signed Standard Form 1449. Interested parties should contact the Contracting Officer at Kristina.M.Meabon@uscg.mil to request a copy of the Standard Form. 3. Technical proposal illustrating how the offeror proposes to meet the evaluation factors as stated above. 4. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Mandatory Clause: The Department of Homeland Security, United States Coast Guard, Facilities and Design Construction Center - Pacific, requires that all contractors doing business with this acquisition office be registered with the Central Contractor Registry (CCR). After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1c823d30e711cd4028604dc207c6d351&tab=core&_cview=1)
- Place of Performance
- Address: Various locations in SE Alaska of USCG Facilities, Juneau, Alaska, United States
- Record
- SN01659920-W 20080906/080904222139-1c823d30e711cd4028604dc207c6d351 (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 |