Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
MODIFICATION

Z -- Phase One Solicitation for Design Build Project for Repair of Third Powerplant Roof

Notice Date
1/29/2007
 
Notice Type
Modification
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
07SP101646
 
Archive Date
1/29/2008
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Bureau of Reclamation, Grand Coulee Power Office, Washington Phase One of Solicitation No. 07SP101646 - Phase One Proposals are due February 23, 2007 (see below) Two-Phase Design-Build Construction Project to Repair the Third Powerplant Roof The Bureau of Reclamation, Pacific Northwest Region, Boise, Idaho, is soliciting proposals for a firm-fixed price design build construction project to repair the Third Powerplant Roof at the Grand Coulee Powerplant, Grand Coulee, Washington. Award of this design build project will be made using the procedures at FAR 36.3 - Two Phase Design Build Selection Procedures. This announcement constitutes the Phase One solicitation of the procedure. The purpose of this Phase One solicitation is to solicit proposals from offerors for our evaluation to determine which offerors demonstrate the highest qualifications to successfully perform the requirements of the contract. The three offerors determined to be most highly qualified will be issued a formal Request for Proposal and be invited to submit proposed technical details and pricing in Phase Two. All applicable clauses for the construction contract will be included in the Phase Two solicitation issued to the three highest-rated offerors from Phase One. Information for Submitting a Proposal for Phase One: 1. This acquisition is set-aside for Service-Disabled Veteran-Owned Small Business Firms. Please submit verification of your status as a Service-Disabled Veteran-Owned Small Business Firm with your proposal. 2. Government contracts will only be awarded to contractors registered in the Central Contractor Registration (CCR) database. If not already registered, you may register on-line at www.ccr.gov. 3. The technical scope of work for the requirement is attached. 4. Estimated dollar range of the acquisition is: $500,000 to $1,000,000. 5. Security clearances and background investigations to comply with personal identity verification procedures that implement Homeland Security Presidential Directive-12 (HSPD-12) may be required for this project, depending on access required for the proposed design. 6. Interested offerors must have successfully completed projects of similar size and complexity of the work required, and have the capacity for 100% bonding (payment and performance) if awarded a contract. Phase One Evaluation Criteria are (all factors are considered to be of equal importance): a. Technical approach summary, shall include: (1) Methods for evaluating roof to determine damaged areas (2) Proposed materials and methods for repair of the roof (3) Proposed warranty terms For this factor, your proposal shall include a concise summary addressing each of these sub-factors. Do not include detailed design information. Detailed design information will be required in Phase Two. Limit the description to one-two 8-1/2" x 11" pages typewritten, single-spaced. b. Experience of your firm. The Phase One proposal shall include examples of similarly complex roof repair projects that you have performed, using similar technology, in the previous 5 year period. Resumes for proposed key personnel shall be submitted. c. Past performance of your firm. The Phase One proposal shall include references, including names and current telephone numbers, for similar roof repairs performed in the previous 5 year period. In addition to references provided, we may retrieve references from other sources, such as the Past Performance Information Retrieval System (PPIRS) website at www.ppirs.gov. When preparing your proposal, please submit information regarding your experience and past performance separately, as they will be evaluated separately. Evaluation of your experience will consist of previous projects performed and your capability and qualifications to perform the work, while evaluation of your past performance will center around how well you performed the work. Do not submit any cost or price information with your Phase One proposal. Five copies of the Phase One proposal shall be submitted. 7. The 3 most highly-rated offerors will advance to Phase Two and be invited to submit proposals for Phase Two of the solicitation. The factors we will consider in Phase Two, in descending order of importance, are: a. Technical solution for repair of roof. Expected longevity of the repair method, maintenance needs, durability, appearance, mechanical performance, and adherence to structural constraints will be evaluated. b. Proposed safety plan. The offeror's safety requirements for fall protection and hazardous material handling, and adherence to the Reclamation Safety and Health Standards (RSHS) will be evaluated. c. Proposed quality control program and plan for measurement of unit priced items will be evaluated. d. Terms of proposed warranty will be evaluated. e. Price will be evaluated. Additional information regarding Phase Two evaluation factors will be included in the Phase Two solicitation. 8. A site visit will be held at 10:00 a.m., February 13, 2007, at the Grand Coulee Powerplant. Please contact Rita Grittner at 509-633-9544 if you plan to attend the site visit and he will provide you information on where to meet for the site visit. 9. Phase One proposals are required to be submitted no later than 12:00 p.m., February 23, 2007. 10. Submit Phase One proposals to: Bureau of Reclamation, Solicitation No. 07SP101646, 1150 N. Curtis Rd., Suite 100, Boise, Idaho 83706-1234 11. After Phase Two proposals are reviewed, we plan to award a contract no later than mid-May 2007, and will require completion of construction by September 15, 2007. We expect the 90% design package to be submitted for our review within 30 calendar days after contract award. Reclamation will provide comments on the 90% design package and the contractor will be required to submit the 100% design package and begin onsite mobilization with 60 calendar days after contract award. 12. Contact Susie Kramer, Contract Specialist, at 208-378-5156, or by e-mail to skramer@pn.usbr.gov if you have any questions regarding this project. SCOPE OF WORK The purpose of this contract is to repair the existing roof of the Third Powerplant building; to reliably provide a structure free of roof leaks to protect the facilities of the Third Powerplant, and to afford a space where Reclamation may conduct the operation and maintenance of the Third Powerplant with low initial cost and with minimal roof maintenance requirements. In addition, for the purpose of historic preservation, the proposed roof should create the same general appearance which the building's roof had when it was built: a broad, uniform, featureless, light gray colored plane. The Third Powerplant is a cast-in-place concrete structure with a precast tee beam roof approximately 85 feet above the adjacent grade, as shown on the drawings and photographs in the appendix. The Third Powerplant is entirely within an area where access is restricted for security purposes. The existing roof of the Third Powerplant is a spray-on rigid urethane foam insulation layer covered with an impervious spray-on silicone rubber coating. The roof is approximately 104 feet wide by 1,090 feet long and is broken into ten approximately square areas by expansion joints. The expansion joints, flashings, details at roof drains, and details at exhaust hoods are shown on the drawings in the appendix. The original roof is approximately 30 years old. It has been patch repaired in many places. Approximately 35,000 square feet at the south end of the roof was repaired and re-coated under contract in 1997, as shown in the photographs in Exhibits 1 and 2. Previous roof repairs are described in the appendix. Many areas of the roof exhibit damage which includes blisters in the silicone coating at the top surface of the roof and cavities formed inside the urethane foam insulation. We believe that the blisters and cavities are caused by moisture penetration and by heat from the sun. Once blisters form, additional holes are caused by birds that peck at the loose, blistered, silicone coating. We believe that the urethane foam insulation material has been damaged on approximately 10% of the area of the roof, based on a visual estimate. We anticipate that repair of this roof will require at minimum, repair or replacement of the urethane foam insulation on 10% of the area of the entire roof (approximately 11,400 square feet) and repair or replacement of 100% of the impervious silicone rubber coating on the entire roof (approximately 114,000 square feet). A twenty year warranty of the performance of the roof from both the installer and the manufacturer of the new roofing materials is desirable, although lesser warranties may be considered. Much of the maintenance which Reclamation has performed on the existing roof is associated with the mechanism of blistering of the roof surface and with bird attack on the roof system. It is desirable that the proposed roofing systems mitigate or eliminate damage by these mechanisms. Access to the roof is limited. The contractor may use the stairs at the south end of the Third Powerplant for personnel access to the roof. The contractor will be assigned a staging area on the north side of the Third Powerplant at grade, adjacent to the Third Powerplant building. All materials placed on the roof and all materials removed from the roof will be moved by crane or other suitable means directly into and out of the contractor's staging area. The location of the contractor's staging area and the location of parking spaces adjacent to the Third Powerplant south stairs are shown on a marked print dated 1/8/2007 of Drawing No. 1222-D-316. All work performed under this contract shall conform with the requirements of the Reclamation Safety and Health Standards, Revised 2002, published by the United States Department of the Interior - Bureau of Reclamation, Safety and Occupational Health Office, Denver, Colorado. These standards are consistent with the health and safety standards prevalent in industry, The Occupational Safety and Health Act of 1970, Public Law 91-596, and Department of the Interior regulations. The RSHS can be viewed at www.usbr.gov/ssle/safety/RSHS/rshs.html Structural design data is shown in the drawings in the appendix. The roofing design shall assure sufficient slope to drain to prevent ponding. The total weight of all roofing materials which remain on the roof after construction is complete shall not exceed 3 psf. Static loads on the roof during construction shall not exceed 30 psf live load. On isolated small areas of the roof, not to exceed 12 square feet, static loads may exceed 30 psf, not to exceed 100 psf. Proposed equipment loads will be evaluated in Phase 2. The allowable load limits for dynamic loads will be less than allowable static load limits to account for impact and vibration. On February 13, 2007, before Phase One proposals are due, there will be an informational site visit to assess the site and determine the general condition of the roof. The contractors selected to participate in Phase Two may schedule another site visit, if necessary, to more specifically evaluate the roof to determine the extent of damage to the existing roof system and determine the quantities of urethane foam insulation material to be repaired or replaced, and other repairs if necessary. Each of the Phase One successful offerors (who are eligible to submit a Phase Two proposal) shall submit a 30% level design with their Phase Two proposal. At the 30% design level, designs are not required to include repetitive drawing details or complete descriptions of salient characteristics and standard association designations and parameters of specified materials. The 30% design is also not required to show measurements that can be obtained later in the design process. However, the 30% design needs to convey the intent of the design to the Government in enough detail to enable the Government to infer what the content of the 100% design will be, and to evaluate it in accordance with the Phase Two evaluation factors. Upon award of a contract, the 100% level design shall fully describe what materials will be installed (either by standard association designations or by trade name with salient characteristics listed), how all materials will be installed at all locations on the roof, and how the contractor's quality control program for this job will be conducted. The 100% design shall include detailed drawings and may include written specifications. Drawings required for Phase Two designs shall be made by computer using Autocad software in any of the following versions: 2002, 2004, 2005, 2006. Hand-drawn drawings are not permitted. Drawings will be made in the contractor's customary style and format, and shall be no smaller than 11" x 17". Drawings shall have unique drawing numbers or other identifiers and shall be dated. One original of each drawing submitted shall be signed by the contractor signifying that it is approved for use. The seal and signature of a Professional Engineer or Registered Architect is not required. Drawings shall include plans of the roof showing the locations where materials will be installed, certain physical information critical to material installation (minimum slope, for example), and typical installation sections and details. Drawings at 100% design level shall be sufficiently detailed to show how all materials will be installed at all locations on the roof. At the end of the awarded contract, after all other work is complete, the contractor shall create a set of final as-built drawings showing how all materials were actually installed, and shall provide the as-built drawings to the Government in both hard copy and in electronic files in DWG format. Photographs and drawings for this project can be viewed at the following website: www.usbr.gov/pn/contracts/construction
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142510&objId=37728)
 
Place of Performance
Address: Grand Coulee, Washington
Zip Code: 99133
Country: USA
 
Record
SN01221393-W 20070131/070129220902 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.