Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 9, 2001 PSA #2804
SOLICITATIONS

C -- ARCHITECT-ENGINEER SERVICES CONTRACT FOR DESIGN UPGRADE ELECTRICAL POWER GENERATION PLANT, EARECKSON AIR STATION, SHEMYA ISLAND, ALASKA

Notice Date
March 7, 2001
Contracting Office
U.S. Army Engineer District, Alaska, Attn: CEPOA-CT-CO, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: 2204 Third Street, Room 56), Elmendorf AFB, AK 99506-0898)
ZIP Code
99506-0898)
Solicitation Number
DACA85-01-R-0021
Point of Contact
Ms. June Wohlbach, 907/753-5624
Description
17. 1. CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY01 subcontracting goals for this contract are a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses, 9.1% of that to small, disadvantaged businesses, 5.0% to woman-owned businesses, 3% to veteran-owed businesses, and 1.5% to HUBzone business. The subcontracting plan is not required with this submittal. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price type contract. Contract award is anticipated for August 01. 2. PROJECT INFORMATION: The design of construction documents for the alteration, renovation, revitalization or new construction of an electrical power generation plant at Eareckson Air Station, Shemya Island, Alaska. The existing diesel generator plant consists of six, three megawatt, Cooper Bessemer generator units. The existing plant produces a maximum of 18 megawatts. The existing power plant will be altered and/or renovated as follows, but not limited to; recondition diesel engine generator units, renovate controls, renovate generator fueling system, renovate generator cooling system, renovate and upgrade interior and exterior architectural finishes to include the roof, upgrade structural systems to meet current seismic codes, renovate and upgrade building and generator foundations, renovate and upgrade mechanical systems throughout power plant, upgrade of information systems, perform site contamination re-mediation as required, perform asbestos abatement and lead based paint abatement throughout power plant and renovate power plant to bring it into compliance with current air quality and fire protection standards. However, the design of a new power may be accomplished. The future capacity of the power plant will remain 18 megawatts. The selected firm will be required to prepare operations and maintenance procedures for the plant. The selected firm may be required to provide construction phase services to include; participation in partnering/pre-construction meetings, review of selected construction contractor submittals, site visits with inspection reports at critical points of construction, startup and commissioning of the power plant and preparation of operations and maintenance support information manuals. The selected firm may be required to assist in environmental permitting. The selected firm may be required to participate in design charrettes. The Government may require that designs be in metric and/or english systems of units. The firm must demonstrate the ability to; provide drawings in AutoCAD version R-14; use the latest version of MCACES (cost estimating software furnished by the Government); provide a cost estimate in accordance with work breakdown structure (WBS); provide electronic bid set (EBS) documents and use SPECSINTACT, version 2.9.7. The AE may be required to use Dr. Checks programs (permissions and passwords will be distributed on a project-by-project basis). Systems information required for Dr. Checks: must have a web browser program, either Internet Explorer(Microsoft) or Navigator(Netscape) versions 4.0 or later; the web site is http: www.buildersnet.org drchecks. The estimated construction cost is between $25,000,000 and $100,000,000. -- LOCATION: Eareckson Air Station on Shemya Island, Alaska. 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The following selection criteria are listed in descending order of importance. Criteria (A)-(E) are primary selection criterion. Criteria (E)-(F) are secondary and will only be used as "tie-breakers" among technically equal firms: (A) professional personnel in the following disciplines -- 1) minimum in-house requirements are (weighted equally): mechanical engineer and electrical engineer, each with 15 years post-graduate experience and 10 years experience as a registered engineer, one of which has 10 years experience in design and operations of diesel fired electrical power generation facilities. 2) disciplines which may be subcontracted (weighted equally): NACE certified corrosion engineer, registered fire protection engineer, architect, civil, structural, geo-technical, specification writing, estimating, asbestos/HTRW/air quality, and CADD drafting. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254(11/92 edition) and SF255(11/92 edition) for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract (This means that work physically completed in the state of Alaska [i.e., geotechnical, survey, etc.] must use Alaskan residents). (B) specialized experience and technical competence in: 1) Design of Electrical Power Generation, Control and Distribution Facilities; 2) Design of interior and exterior electrical systems; 3) Heating, piping, ventilation, fuel storage and distribution, and fire protection systems; 4) Structural design and evaluation of buildings, foundations, and structures in sub-arctic or arctic environments, seismic design in accordance with TI 809-04, FEMA 302 and FEMA 303; and seismic rehabilitation in accordance with TI 809-05, FEMA 273 and FEMA 274; 5) Architecture; 6) Site Design; 7) Environmental Engineering with emphasis on air quality; 7) sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. (C) capacity to maintain schedules and accomplish required work; (D) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (E) volume of DOD contract awards in the last 12 months as described in Note 24; and (F) extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms submitting SF 255s (11/92 edition) (1 copy only) should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used. For ACASS information call 503-808-4590. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the 30th day from 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. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided.
Record
Loren Data Corp. 20010309/CSOL006.HTM (W-066 SN50F5J9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 7, 2001 by Loren Data Corp. -- info@ld.com