The RFP Database
New business relationships start here

EIE345 Construct CHPP Boiler Phase 3


Alaska, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

GENERAL INFORMATION:

Project: Construct Central Heat and Power Plant Phase 3, Eielson AFB, Alaska
Notice Type: Solicitation
Solicitation Number: W911KB-19-R-0012
Posted Date: 16 November 2018
Response Date: 18 December 2018
Classification Code: Y - Construction of Structures and Facilities
Set Aside: Unrestricted, Full and Open
NAICS Code: 238220 - Heating Boiler Installation


CONTRACTING ACTIVITY: U.S. Army Corps of Engineers, Alaska District, P.O. Box 6898, JBER, Alaska 99506-0898.


CONTRACT INFORMATION: This acquisition is for the Construction of a Central Heat and Power Plant, Phase 3 located on Eielson AFB, Alaska. This acquisition is an Unrestricted, Full and Open Competition. North American Industrial Classification System code is 238220, Heating Boiler Installation, the related small business size standard is $15 Million.


DESCRIPTION OF WORK: Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to repair by replacing boiler #4 with a new 120,000 pound per hour (lb/hr) boiler. The project includes, but is not limited to: demolition of existing boiler #4; provide new 120,000 lb/hr spread stoker coal fired steam boiler and all auxiliary equipment to support boiler operation to include, but not limited to: coal feed; ash handling, boiler feedwater piping; mud drum pre-heat; soot blowers; boiler combustion air and forced draft fans; boiler flue gas; induced draft fans and stacks; as well as extensions of the plant control; electrical; glycol and steam systems; and installation of emission control equipment to make system fully operational. This project will provide new environmental control elements as part of the boiler package, including a selective catalytic reduction system (utilizing aqueous ammonia used to control nitrogen oxide and dry flue gas desulfurization used to control sulfur dioxide) and a continuous emission monitoring system. A new rail spur of approximately 1000ft will be provided to accommodate storage and off- loading of ammonia and other chemicals required for the new environmental control systems. Project will utilize economical design and construction methods to accommodate the mission of the facility to include demolition of the existing boiler. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC 1-200-01 and UFC 1-200- 02). The facility must also be able to withstand wind loads and seismic effects as prescribed in applicable codes and design guides. Project shall meet all federal & state environmental regulations, including emissions discharge limits and disposal. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The estimated dollar magnitude of this project is anticipated between $25,000,000 and $35,000,000. The performance period will is estimated to be between 600 - 800 calendar days.


The offerors selected for award will be those determined to be the best value to the Government considering the price and non-price factors cited in this announcement and the solicitation and utilizing the trade off process described in FAR 15.101-1. It is anticipated that the Government will evaluate: Specialized Experience, Past Performance, Proposed Contract Duration and Summary Schedule, Key Subcontractors, Small Business Participation Plan, and Price.


All offerors are advised that this solicitation may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. If the solicitation is cancelled, all proposal preparation costs will be borne by the offeror. All offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov. Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award.


OBTAINING THE SOLICITATION: The solicitation for this acquisition will be provided in electronic format only and is currently available for download on 16 November 2018 at the Federal Business Opportunities website at http://www.fbo.gov/. Enter this solicitation number (W911KB-19-R-0012) in the "Keywords/SOL#:" dialogue box. Any future amendments to the solicitation will also be available for download from this website. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror's responsibility to check for any posted changes to this solicitation.


NOTE: This project was originally posted on FBO as a pre-solicitation notice under the number W911KB-18-R-0033. That number is no longer valid so ensure that the Solicitation number W911KB-19-R-0012 is utilized when acquiring and referencing this project.


Point of Contact: Ron Jackson, 907 753-5596, E-mail: ronald.k.jackson@usace.army.mil


Place of Performance: Eielson AFB, Alaska.


Ronald K. Jackson, Contract Specialist, Phone 9077535596, Email ronald.k.jackson@usace.army.mil - Michelle R Mandel, Contracting Officer, Phone 907-753-2502, Fax 907-753-2544, Email Michelle.R.Mandel@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP