Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

B -- Engineering Evaluation at Gilt Edge, SD

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VIII, 8TMS-G, 1595 Wynkoop Street, Denver, Colorado, 80202-2466, United States
 
ZIP Code
80202-2466
 
Solicitation Number
RFQ-CO-09-000009
 
Point of Contact
Ellen Shannon, Phone: 3033126824
 
E-Mail Address
shannon.ellen@epa.gov
(shannon.ellen@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION IS REINSTATED AS CURRENT YEAR FUNDS HAVE BEEN MADE AVAILABLE. ONLY OFFERS SUBMITTED TIMELY AS OF THE ORIGINAL NOTICE DUE DATE, SEPTEMBER 1, 2009, WILL BE EVALUATED AND CONSIDERED FOR AWARD. AN AWARD WILL RESULT FROM THIS NOTICE. NEW OFFERS WILL NOT BE CONSIDERED OR EVALUATED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are hereby being requested and a written solicitation will not be issued. Solicitation number RFQ-CO-09-00009 being issued as a Request for Quotation (RFQ) and one award will be made on a fixed price basis. This solicitation and consequent award incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-33 dated June 15, 2009. The US Environmental Protection Agency, Region 8, intends to solicit and award a firm-fixed price contract/purchase order under Federal Acquisition Regulation (FAR) Part 13. This requirement is solicited as a Total Small Business Set-Aside. The North American Industry Classification (NAICS) code for this acquisition is 541330, size standard of $4.5 Million. Responses from other than small businesses will be determined non-responsive and will not be considered. Potential offerors must be registered in the Central Contractor Registration (www.ccr.gov) database at the time proposal is submitted. Failure to have an active CCR registration may result in your proposal not being considered for award. Provisions and clauses applicable to this acquisition: 52.212-1, Instructions to Offerors – Commercial; 52.212-3, Offeror Representation and Certifications – Commercial Items; 52-212-4, Contract Terms and Conditions – Commercial Items. The clause at FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this Solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52-219-6, Notice of Small Business Set Aside; 52-222-3, Convict Labor; 52-222-19, Child Labor; 52-222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52-232-33 Payment by Electronic Fund Transfer. 52.212-2, Evaluation - Commercial Items applies to this solicitation. All offers will be evaluated on (1) Technical expertise and experience. Specifically, the contractor shall have extensive knowledge of complex wind patterns that arise in mountainous areas in western states; extensive knowledge of small to medium sized wind turbines, including how to construct and integrate with on-site industrial power loads; and specialized knowledge of refurbished wind turbines. Specialized knowledge of refurbished wind turbines is critical as use of refurbished wind turbines may be more cost effective and the more economically viable solution; and (2) ability to provide the best price to the Government. When combined Technical expertise and experience are slightly more important than price. Award will be made to the offeror whose proposal provides the best value to the Government, price and non-price factors considered. Description of Work, Tasks and Deliverables: Statement of Work The contractor shall provide all labor, equipment, materials, and supplies to perform an Engineering study in support of wind turbine installation at the Gilt Edge Mine Superfund Site in SD. Background: The Gilt Edge Mine is located near Deadwood, SD, about five miles east of Lead, SD at the headwaters of the cold-water fisheries and municipal water supplies of the northern Black Hills. -It is a former 258-acre open pit cyanide heap-leach gold mine. Nearly 150 million gallons of acidic, heavy metal laden water in three open pits, as well as millions of cubic yards of acid-generating waste rock, require cleanup and long-term treatment. Task 1 The contractor shall complete a site visit and prepare a detailed site analysis. Task 2 The contractor shall develop preliminary site map with input from representatives of the South Dakota Department of Environmental and Natural Resources (SDDENR). The site map shall display recommended locations for wind turbines, and a recommended configuration for interconnection to the site water treatment plan. The following factors shall be considered in the development of the preliminary site map: Wind resource, ongoing and future remediation work that will be performed by the EPA and the State of South Dakota to address contamination at the site; and Federal, State and local regulations that apply to the installation of wind turbines at this location. Task 3 The contractor shall prepare a preliminary single line diagram of electrical hookups needed for turbine installation; including all transformers and safety equipment. Task 4 The contractor shall provide a detailed design of a turbine foundation that would be appropriate for medium-sized (100 to 500 kilowatt) turbine given the wind regime and the geotechnical considerations at the Gilt Edge site. Task 5 The contractor shall prepare an estimate for the construction of the foundation(s) described in Task 3 at the locations described in Task 2. Task 6 The contractor shall provide recommendations on turbine equipment specifications and performance estimates for recommended equipment. Task 7 The contractor shall provide a summary of permitting requirements and interconnection process. Deliverables and Activity Schedule All deliverables shall be in electronic format and be in a current version of Microsoft Office (Word or Excel) and provided on compact disc. 1. Scoping Meeting, schedule within 3 calendar days after award. 2. Work Plan, due within 14 calendar days after award 3. Detailed site analysis and preliminary site map displaying recommended locations for wind turbines into the interconnection configuration, Task 1 and 2 of SOW, due within 75 days after approval of Work Plan. 4. Preliminary single line diagram of electrical hookups needed for turbine installation; including all transformers and safety equipment, Task 3, due within 75 days after approval of Work Plan. 5. Detailed design of a turbine foundation that would be appropriate for medium-sized (100 to 500 kilowatt) turbine given the wind regime and the geotechnical considerations at the Gilt Edge site, Task 4, due within 75 days after Work Plan approval. 6. Cost estimate for the construction of the foundation described in Item 5, Task 5, due within 75 days after approval of Work Plan. 7. Brief Report including written recommendations on turbine equipment specifications; performance estimates for recommended equipment; summary of permitting requirements; and description of interconnection process, Task 6 and 7
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/8TMS-G/RFQ-CO-09-000009/listing.html)
 
Place of Performance
Address: Gilt Edge Mine Site, Lead, South Dakota, United States
 
Record
SN01957061-W 20090918/090917000322-ae2b6b9f3ede331eb8648a4a530427c6 (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.