Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2002 FBO #0067
SOLICITATION NOTICE

Y -- POWER PLANT COOLING SYSTEM, FORTT WAINWRIGHT, ALASKA

Notice Date
2/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers - Alaska - Military Works, CEPOA-CT, P. O. Box 898, Anchorage, AK 99506-0898
 
ZIP Code
99506-0898
 
Solicitation Number
DACA85-02-R-0015
 
Response Due
4/15/2002
 
Archive Date
5/15/2002
 
Point of Contact
Carolyn Haynes, 907/753-2545
 
E-Mail Address
Email your questions to US Army Corp of Engineers - Alaska - Military Works
(carolyn.i.haynes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 01 March 2002, the Alaska District Corps of Engineers will issue a Phase I Request for Proposals for the design and construction of a POWER PLANT COOLING SYSTEM. The power plant cooling system is the Heat Rejection Cooling System for the Coal- Fired Central Heating and Power Plant (CHPP) at Ft. Wainwright, Alaska. The purpose of this project is to replace the existing 500,000 SF cooling pond system with a new Dry, Air-Cooled Condenser System. Phase I proposals are to be received on or about 15 April 2002. Description of Work: Design and construct air-cooled condenser systems for condensing steam from three 5 Mega Watt (MW) condensing/extraction turbine generators, and one 2 MW condensing/extraction turbine generator. The new systems shall be closed loop piping from turbine to new finned tube condenser units that are cooled by ambient air. A new air-cooled condenser system shall be constructed for each turbine. The Ft. Wainwright Central Heat and Power Plant shall remain operational and capa ble of supplying Ft. Wainwright electrical demand throughout the project. Phasing and coordination of work will be required. Turbines shall be taken off-line for minimum amount of time to connect new units. The 1950 era steam turbines manufactured by Ge neral Electric Corporation, were designed to generate 5.0 MW at an exhaust system pressure of 1.5 inches HG absolute (corresponding steam saturation temperature of 92 deg F). The smaller turbine was designed for 2.0 MW at an exhaust pressure of 1.5 inches HG absolute. The solicitation criteria will rely upon industry standards, where allowable, to afford the Offeror a degree of design flexibility while meeting certain specific project requirements. New work includes: 1. Construct condensers units approxim ately 100 feet east of the CHPP. 2.Construct pre-engineered electrical equipment building to contain system pumps, controls, and electrical equipment. 3. New Condenser Units shall include concrete foundation, louver systems to regulate and re-circulate a ir to prevent freeze-up during severe artic cold weather, such as -60 deg F operation, with pre-heat coils for start-up and new function block based distributed control system (digital controls) to be tied into existing CHPP existing WDPF distributed contr ol system. 4. Construct new ducts, piping, pumps, electrical systems as required for closed-system operation between turbines and new condensers. 5. Install automatic fire protection systems. 6. Demolish existing water-cooled condensers on each turbi ne and associated system components to existing cooling pond, including pumps, piping, controls, etc. Seal existing cooling water piping, intake/return wet well and tunnel access to cooling pond. 7. Design, fabricate, and install new connection fittings at turbine outlet. 8. Relocate electrical substation yard equipment and overhead electric distribution system. Other relocation of, modification of, and connection to, existing power distribution system. 9. Construct new access roadway. 10. Test all e xcavated soils for contamination and remediate if discovered. 11. Remediate lead or asbestos where affecting new work.. 12. Modify and connect to existing potable water supply system. Modify CHPP utilities including the rain water leaders, compressed air, miscellaneous piping, and other components as necessary. 13. Modify existing utilidors, seal any hazardous insulation materials and clean the utilidor. 14. Install antiterrorism and force protection systems required by regulation and supplemental guidance. Proposal Evaluation: This will be a two-phase design-build selection process. The following evaluation factors are for informational purposes. The government reserves the right to modify the evaluation factors prior to issuing the solicitati on. Phase I solicitation period will be on or about 03/01/02 through 04/15/02 and will consist of soliciting and receiving Statements of Qualifications that in clude factors: (A) Experience of: Construction Contractor, Design Contractor, Construction and Design Team; (B) Past Performance of: Construction Contractor, Design Subcontractor, and Construction and Design Team; and (C) Project Management Plan; Fac tors (A), (B), and (C) shall have approximately equal importance. A maximum of 3 offerors, determined most qualified based on the Phase I evaluation criteria, will receive a detailed Request for Proposal by modification to the solicitation, Phase II, and have approximately 60 days to submit detailed technical and price proposals. Phase II solicitation period will be on or about 05/20/02 through 07/20/02 and the evaluation criteria will consist of factors: (A) Technical Solution, (B) Air-Cooled Condenser Equipment, (C) Innovation and enhancements, (D) Project Schedule, and (E)Management Plan. Importance of these items varies: Factor (A) Technical Solution is more important than (B) Air-Cooled Condenser Equipment; and both (A) and (B) are significantly more important than the combination of (C) Innovation and enhancements; (D) Project Schedule; and (E) Management Plan. Factor (C) is more important the (E) which is more important than (D). The Phase II non-price factors are more important than price. Award will be based on the Best Value approach considering Phase II non-price evaluation factors and price. An adjectival method of evaluation will be used to evaluate the non-price factors. If the proposal evaluated most qualified based on the Phase II non-price evaluation criteria, is not the least priced proposal, a tradeoff process will used to determine appropriate to determine the Best Value to the Government. The Government reserves the right to award to other than the lowest priced offer or to oth er than the offer most qualified based on Phase II non-price evaluation factors. The Phase II RFP will provide information equivalent to the 15 percent to 30 percent level of design, however, some aspects of the project may have greater level of design th an others and many elements may be at a 0 percent level of design. Other: This solicitation is unrestricted and open to both large and small business participation. 2002-NAICS code for this project is 236210 Industrial Building Construction, 1997-NAICS 233310, 1987-SIC code 1541. For the purpose of this acquisition, a concern is considered small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $27.5 million. The proposed acquisition will result in a fixed -price contract. The estimated design and construction cost for this project is between $10,000,000 and $25,000,000. Contractor?s Quality Control will be a requirement in this contract. Large business concerns submitting proposals for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2002: Small Business 61.4%; Small Disadvantaged 9.1%; Woman-Owned Small Business 5.0%; Service Disabled Veteran-Owned Small Business 3.0%; Veteran-Owned Small Business 3.0%; HUBZone Business 2.5%. Prospective offerors, subcontractors, an d Dodge/Plan Room are required to self-register their firm or office on the Internet to receive one CD-ROM. Those registering are responsible for the accuracy of the information on the mailing list. All notifications of changes to this solicitation shall be made through the Internet only, and it is the responsibility of the contractors to check for any posted changes to this solicitation. Amendments to the solicitation will be issued by fax, CD-ROM, or paper. Plans and specifications will be issued on C D-ROM only and provided free of charge. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government?s best interest. All proposal forms, bonds, and other normal document required for the proposal submittal, including amendments to the proposal submittal, shall be in paper medium. Elec tronic medium for the proposal submittal documents will not be allowed. All responsible sources may submit a proposal in the format and on the forms in the solicitation that shall be considered. Contractors must be registered with the Central Contractor Registration (CCR) in order to receive a Government Contract award. CCR registration can be accomplished via the Internet at http://www.ccr.gov/. See Note(s) 9. and12. CRITICAL PATH METHOD (NETWORK ANALYSIS SYSTEM) IS REQUIRED. Phase I Site Visit and Pr e-proposal conference is tentatively scheduled for Tuesday, March 19, 2002 at 1000 hrs local time. All contractors must contact the Alaska District Corps of Engineers, Contracting Division, Office , Susan Coyner, Contract Specialist, (907) 753-2838, no la ter than Noon on March 14, 2002, so that arrangements can be made with the Security Police to allow the Contractors onto the base. Contractors shall furnish the following information for base access: Firm / Company (name and address), Each Attendee (Name , Social Security No., and Drivers License information: State of Issue and ID Number). The named individuals shall be ready to present a valid driver's license, current vehicle emissions certificate, current Alaska State vehicle registration and proof of insurance upon request at the gate. The signed rental agreement suffices for the vehicle information on rental vehicles. Contractors shall enter the base on the day of the site visit at the Main gate (take Airport Way from the International Airport) and proceed to the visitor?s center for the check-in process. Contractors should then proceed directly to the north side of the Central Heat and Power Plant. A pre-proposal conference will be held immediately following the site visit. Access to Ft. Wainwrig ht may be denied for anyone failing to comply with the requirements stated herein. Phase II Site Visit and Pre-proposal conference is tentatively scheduled for June 11, 2002 at 1000 hrs. Additional information shall be provided to those selected to submi t proposals under Phase II. Contracting Point of Contact is Susan Coyner, Contract Specialist, US Army Corps of Engineers, (907) 753-2838, Fax (907)753-2544, E-mail: susan.m.coyner@poa.usace.army.mil The estimated design and construction cost for this p roject is between $10,000,000 and $25,000,000. THIS SOLICITATION WILL BE ISSUED USING ELECTRONIC BID SETS (EBS) AND PROVIDED ON COMPACT DISKS-READ ONLY (CD-ROM) AT NO CHARGE. http://ebs.poa.usace.army.mil NAICS code is 236210. Open to Large and Small Business.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Corp of Engineers - Alaska - Military Works CEPOA-CT, P. O. Box 898, Anchorage AK
Zip Code: 99506-0898
Country: US
 
Record
SN20020207/00022952-020205213345-W (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.