21
UNIVERSITY OF ALASKA FAIRBANKS Procurement & Contract Services E-Solicitation REQUEST FOR PROPOSAL (RFP) NO. 12P0010RD TITLE OF SOLICITATION: UAF Electrical Supervisory Control and Data Acquisition System (SCADA) The University of Alaska is requesting proposals to contract for an Electrical SCADA System and Electric Power System Arc Flash, Short Circuit, Fault Analysis and Coordination Study. EMAIL OR DELIVER PROPOSALS TO: For Delivery of electronic media : University of Alaska Fairbanks Procurement & Contract Services 3295 College Rd, Rm 103 Fairbanks, AK 99709 For Email : [email protected] PROPOSALS MUST BE RECEIVED NO LATER THAN: December 16, 2011 5:00 PM. Alaska Time (FAX PROPOSALS WILL NOT BE ACCEPTED) SUBMITTAL DEADLINE PRE-PROPOSAL CONFERENCE: Friday, December 2, 2011 9 AM DEADLINE FOR QUESTIONS: December 8, 2011 ISSUE DATE: November 23, 2011 NOTE: Faxed, telegraphed proposals, or proposals submitted by means other than those indicated on the Electronic Signature Page are not acceptable and shall be rejected as non-responsive. NOTICE TO OFFERORS: POINT OF CONTACT FOR RFP INQUIRIES: Rick A. Danielson, Contracting Officer email: [email protected] Phone: 907.474.7432 Fax: 907.474.7720 MAILING ADDRESS: University of Alaska Fairbanks Procurement & Contract Services 3295 College Rd, Rm 103 Fairbanks, AK 99709 The person designated above in this notice shall be the only contact for all inquiries regarding any aspect of this RFP or its requirements. Offerors who seek or receive information regarding this solicitation from any University official other than those listed above may be declared non-responsive and removed from further consideration. A copy of this solicitation, support documents and any amendments issued shall be accessed from the UAF Procurement and Contract Services Website at the following starting link: http://www.uaf.edu/procurement/community/solicitations/current-solicitations/index.xml. AVAILABILITY OF FUNDING: A contract resulting from this RFP shall only be issued subject to the availability of funding. The funding source allows or does not allow application of Alaska preference laws. PROCUREMENT OFFICER: Rick A. Danielson, Contracting Officer

UNIVERSITY OF ALASKA FAIRBANKS Procurement & … · Electric Power System Arc Flash, Short Circuit, Fault Analysis and ... CONTRACT FOR AN ELECTRICAL SCADA SYSTEM AND ... a turnover

  • Upload
    hathien

  • View
    214

  • Download
    2

Embed Size (px)

Citation preview

UNIVERSITY OF ALASKA FAIRBANKS

Procurement & Contract Services E-Solicitation

REQUEST FOR PROPOSAL (RFP) NO. 12P0010RD

TITLE OF SOLICITATION: UAF Electrical Supervisory Control and Data Acquisition System (SCADA)

The University of Alaska is requesting proposals to contract for an Electrical SCADA System and Electric Power System Arc Flash, Short Circuit, Fault Analysis and Coordination Study.

EMAIL OR DELIVER PROPOSALS TO: For Delivery of electronic media: University of Alaska Fairbanks Procurement & Contract Services 3295 College Rd, Rm 103 Fairbanks, AK 99709 For Email: [email protected]

PROPOSALS MUST BE RECEIVED NO LATER THAN: December 16, 2011 5:00 PM. Alaska Time (FAX PROPOSALS WILL NOT BE ACCEPTED)

SUBMITTAL DEADLINE

PRE-PROPOSAL CONFERENCE: Friday, December 2, 2011 9 AM DEADLINE FOR QUESTIONS: December 8, 2011

ISSUE DATE: November 23, 2011

NOTE: Faxed, telegraphed proposals, or proposals submitted by means other than those indicated on the Electronic Signature Page are not acceptable and shall be rejected as non-responsive.

NOTICE TO OFFERORS:

POINT OF CONTACT FOR RFP INQUIRIES: Rick A. Danielson, Contracting Officer email: [email protected] Phone: 907.474.7432 Fax: 907.474.7720

MAILING ADDRESS: University of Alaska Fairbanks Procurement & Contract Services 3295 College Rd, Rm 103 Fairbanks, AK 99709

The person designated above in this notice shall be the only contact for all inquiries regarding any aspect of this RFP or its requirements. Offerors who seek or receive information regarding this solicitation from any University official other than those listed above may be declared non-responsive and removed from further consideration. A copy of this solicitation, support documents and any amendments issued shall be accessed from the UAF Procurement and Contract Services Website at the following starting link: http://www.uaf.edu/procurement/community/solicitations/current-solicitations/index.xml.

AVAILABILITY OF FUNDING: A contract resulting from this RFP shall only be issued subject to the availability of funding. The funding source allows or does not allow application of Alaska preference laws.

PROCUREMENT OFFICER: Rick A. Danielson, Contracting Officer

RFP Support Document E-Signature Form University of Alaska Fairbanks

Electronic Signature Page

The following sections are integral to this solicitation and have legal implications. Signature indicates agreement and/or compliance with all marked sections. Any exceptions must be indicated on the Statement of Compliance Form. Vendors may be declared non-responsive for failure to comply and respond appropriately.

Solicitation Support Documents & Checklist of Required Submittals: Marketing Group Legal/Risk Group Administrator Group

Cover Instructions to Offerors Proposal Transmittal Form

RFP Document Modified Insurance Statement of Compliance

Electronic Signature Special Conditions or Representations & Certifications Project Specific Requirements

Award Contract

Non Personal Services Contract Professional Services Contract Instructions-The groups are linked to website access for documents to be downloaded and reviewed by the appropriate authority. Complete all forms and submit (PDF) with your proposal in the order indicated below. Combine the files in an organized manner so that an offer will consist of two files. Send questions immediately to the responsible procurement officer noted on cover page. Special or project specific requirements

Order documents for submittal in the following manner: Save all of your documents as one Adobe PDF file with a separate rate sheet PDF.

Offers will be received in the following format(s):

USB Flash Memory CD or DVD Email [email protected]

Preparer signature: ................................................................................................................................ i

Please list Company Name and staff member (with authority) that reviewed documents: Company Date Name Date Signature __________________________________________ Date __________________

i Bidders/Offerors agree by submittal of their bid or offer by electronic means that: Email and fax responses may not be as secure or confidential as if delivered or mailed in a sealed envelope; The risk of busy signals or delayed transmissions, especially as the submittal deadline approaches, is substantial; Electronic responses must include all required pages, and information and shall be received in its entirety prior to the submittal deadline; An Incomplete electronic response, or a response not received in its entirety prior to the submittal deadline are late and shall be rejected as untimely; That no accommodation will be made for receipt of electronic responses that are late due to busy phone lines and networks, malfunction of the fax machine of either the sender or receiver, equipment incompatibility, or delays in transmission, and that rejection of a bid due to the above causes is not grounds for protest; The bidder bears sole responsibility for follow-up to ensure that the entire document has been received timely.

PROCUREMENT & CONTRACT SERVICES

UAF ELECTRICAL SCADA SYSTEM: THE UNIVERSITY OF ALASKA FAIRBANKS (UAF) IS SOLICITING PROPOSALS TO ESTABLISH A CONTRACT FOR AN ELECTRICAL SCADA SYSTEM AND SERVICES. THE SUCCESSFUL OFFEROR SHALL FURNISH A COMPLETELY DESIGNED, TESTED, INSTALLED, COMMISSIONED SCADA SYSTEM FOR THE ELECTRIC POWER SYSTEM IN STRICT ACCORDANCE WITH THE SPECIFICATIONS, PROVISIONS, AND TERMS & CONDITIONS OF THIS REQUEST FOR PROPOSAL.

UNIVERSITY OF ALASKA FAIRBANKS RFP NO.12P0010RD

ELECTRONIC SUBMITTAL PROCESS

The University of Alaska Fairbanks, Procurement and Contract Services Division is modifying the solicitation process to better serve clients, vendors, and staff in the following manner:

• match the current business process by leveraging web services and availability • reflect the way vendors do business in response to a solicitation by parsing sections out to staff

members by functional area • save on resources including staff and vendor preparation time • enhance communication • bolster competition

The current document describes the project. The solicitation is complemented by a number of support documents that are identified in the checklist on the electronic signature page. Any strikethroughs of text shall indicate that the term or condition does not apply to this solicitation.

ACTION PLAN: Vendors may download, review, and print sections at their option. The documents are organized into three groups. Marketing Group I-links to one document that outlines the purpose of the proposal with specification or statement of work details, evaluation criteria, and the rate response form (this document). Legal/Risk Group II-links to a contract document, general provisions, statement of compliance, and special conditions (if applicable). Administrator Forms Group III-links to several forms for completion; transmittal, cover, electronic signature, representation and certification documents.

The groups are to be downloaded and reviewed by the appropriate authority. Administrative staff may prepare, print, and distribute the support documents to staff members with the appropriate expertise. Make a special note of documents that require signature and must be submitted with an offer. The documents and offer shall be assembled in the proper order and combined into a single PDF. This will be accompanied by a second PDF file with the vendor’s rate response information. The University website provides access to all support documents, opens communication, and facilitates a team response to a solicitation.

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 2 | P a g e

COPIES OF OFFICIAL DOCUMENTS

Offerors may request an MS Word copy of the RFP documents to include all forms that require a response and submittal. The University of Alaska Fairbanks, Procurement & Contract Services, Administrative Policy indicates the following: "This solicitation is provided as an MS Word document in order to allow offerors the ability to more easily prepare a response to the RFP. The offeror may not add, delete, or alter any language provided by the University in the solicitation. In the event that there is any difference between the language contained in the MS Word version of the solicitation and the Adobe pdf version located on the UAF Procurement website, the language on the website prevails."

PURPOSE OF SOLICITATION

PROJECT: The University of Alaska Fairbanks (UAF) is seeking responses to this request for proposal (RFP) for engineering, design, and field support Services related to the best overall proposed design, supply and commissioning of hardware and software for an Electrical Supervisory Control and Data Acquisition System (SCADA), and other services related to the commissioning of the newly installed 12kV switchgear for the Critical Electrical Distribution Renewal Project.

University of Alaska Fairbanks (UAF) will enter into a contract with a highly qualified hardware and software vendor whose prime business is to provide electrical control and monitoring system technology for an Electrical SCADA System and supporting services as determined by the evaluation methods of this RFP. The vendor shall be referenced as “SCADA Vendor/Contractor” (SVC) or Contractor within this RFP.

The Electrical SCADA project consists primarily of the following:

Establish a contract with a SVC for fixed price supply of design, hardware, software and services to provide a campus wide electrical SCADA system and electric power arc flash, short circuit, fault analysis, and coordination study that will provide UAF with the best overall solution for monitoring and control. (Note: Installation of cabinets, communication wiring and other fixed equipment will be done by UAF under the supervision of the SVC

The following provides brief overview of the scope of work, which can be referenced in Summary of Work in the specifications, and technical specifications.

• Provide an electric power system Arc Flash, short circuit, fault analysis and coordination study

• Provide a detailed issue for construction design package for the SCADA System along with the Fiber Optics communication network. The design package shall contain a complete bill of material that UAF as desired can utilize for their onsite General Contractor (Kiewit Building Group - KBG) to install the design.

• Provide all labor and material to successfully complete the design, supervise installation, programming, configuration, testing, commissioning, training, and documentation and provide a turnover package for Electrical SCADA System

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 3 | P a g e

• Perform electric power system relay settings, testing and commissioning of the electric power system.

The SVC is responsible for providing a complete and accurate fixed price proposal to complete the project as outlined in this RFP and per UAF’s scope and specifications by June 30th, 2012.

An uninterrupted Campus wide electrical service is required to support continuous operation of the University, and performance as specified is critical to UAF operations.

UAF Utility Operations - http://www.uaf.edu/fs/services/utilities/

NOTE: For the purposes of this solicitation, the terms Offeror and SVC refer to the same entity. Generally, the term offeror will be used to refer to a vendor who submits a proposal and the term Contractor will be used to refer to the successful Offeror to whom award is made.

ANTICIPATED SOLICITATION SCHEDULE: Issue Date ………………………………………………………………………11/23/2011 Pre-Proposal Conference and Site Inspection ………………..12/02/2011 Offeror Question Deadline……………………………………………..12/08/2011 Submittal Deadline ………………………………………………………..12/16/2011 Estimated Award Notification…………………………………………01/10/2012 Estimated Contract Award Date ………………………………..…..01/24/2012 Required Project Completion………………………………………...06/30/2012

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: 811310

NAICS CLASSIFICATION NAME: Electrical Generating and transmission Equipment Repair and Maintenance Services

In order to qualify as a small business for this solicitation, the business receipts of the concern and its affiliates during the preceding twelve (12) month period must not exceed $7 million.

BASIS OF AWARD - SOURCE SELECTION

Award will be made, pending availability of funding, to the responsive, responsible Offeror whose proposal receives the highest total number of evaluation points, price and other factors as outlined herein.

The services to be performed are essential to the operation of the University, and the offeror’s ability to perform these services on a daily basis will be a prime determining factor in the award of a contract.

The University reserves the right to make award to other than the lowest price Offeror without conducting negotiations. Likewise, the proposal with the top technical ranking may not necessarily receive the award. Proposals that are unrealistic or offerors not having the ability to demonstrate adequate experience, equipment, capacity, or lack the comprehension of the scope may be rejected as non-responsive.

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 4 | P a g e

UAF intends to evaluate proposals and make award without discussions with offerors. However, UAF reserves the right to conduct discussions if the Procurement Officer later determines them to be necessary.

Proposals shall be subjected to an evaluation process consisting of a preliminary evaluation of administrative compliance followed by a technical evaluation of proposal content. The administrative evaluation will be performed by UAF Procurement & Contract Services. The technical evaluation will be performed by a committee of qualified UAF personnel. If both administrative and technical evaluation are deemed responsive, and achieve the minimum technical score required, the sealed pricing pages will be opened and scored to determine the overall highest evaluation point total by the Contracting Officer of UAF Procurement & Contract Services.

PRE-PROPOSAL CONFERENCE

There is a non-mandatory pre-proposal conference scheduled for the benefit of potential Offerors as follows:

Beginning at 9:00 a.m., Friday, December 2, 2011 at UAF Division of Design & Construction, 590 University Ave., Fairbanks, AK.

Audio conferencing will be available for Offerors. Audio conference participants should call the network just prior to conference time at (800) 893-8850. Enter Participant PIN #9298674, and the network will allow immediate access to the teleconference.

The purpose of the pre-proposal conference is to discuss the terms and conditions, specifications, and required submittals of this RFP. Offerors are provided the opportunity to ask questions and UAF the ability to provide clarifications. Offerors are asked to review the RFP thoroughly prior to the pre-proposal conference in order to facilitate a productive meeting. Submitting questions and/or comments in writing prior to the meeting is encouraged. Such questions or comments may be mailed (e-mail is acceptable) to the RFP submittal address on the Cover Sheet or faxed to UAF Procurement & Contract Services at (907) 474-7720, Attn: Rick Danielson, or the preferred method, e-mail at: [email protected]

No changes to any terms, conditions, or requirements of the RFP will be made at the pre-proposal conference. No statements of any UAF representative, or information contained in the pre-proposal conference, if obtained by the Offeror, shall be relied upon as changing the language or intent of the RFP. Changes, if any, shall be issued in the form of a written amendment only. It is the sole responsibility of the Offeror to ascertain that all amendments have been received prior to the RFP submittal deadline. Notification of amendments shall be posted on the UAF Procurement website, and all registered parties will be notified when an amendment has been issued.

UAF will conduct a limited site inspection for all attendees immediately following the pre-proposal conference. The site inspection will be led by one or more UAF representatives. The purpose of the site inspection is to allow potential Offerors the opportunity to familiarize themselves with the on-site conditions, lay-outs, routes, and other information which may be deemed useful in the preparation of Offerors proposal. The site inspection will show sample typical facility locations, but may not include all

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 5 | P a g e

locations. UAF’s representative(s) will be available to answer general questions about the facilities, usage, etc., but shall have no authority to amend, modify, enhance, or diminish the requirements of the solicitation. Attendance at the site inspection is not mandatory, however, failure to attend either the pre-proposal conference or the site visit may not be raised as a defense by an Offeror for any information which could have been known by attending.

PERIOD FOR ACCEPTANCE OF PROPOSALS

The proposal shall remain valid for at least ninety (90) days after the submittal deadline for receipt of proposals except as otherwise specified elsewhere in this solicitation.

CONTRACT KIND & TYPE

The contract awarded as a result of this solicitation shall be a fixed price, non-personal services contract for the Electrical SCADA project and related services as specified herein. The proposed rates will include all management, supervision, personnel, supplies, equipment, deliverables, support, travel, lodging, transportation, incidentals, and labor associated with providing the services listed herein.

CONTRACT TERM

Any Contract resulting from this solicitation shall be for the period from approximately January 24, 2012 through June 30, 2012 including all deliverables, final testing, and acceptance. This completion date is a time sensitive date, and failure to meet it may result in the application of liquidated damages as described herein.

LIQUIDATED DAMAGES

Liquidated damages associated with not meeting the contract term and delivery date for all work and deliverables required, including testing and acceptance, shall be charged against the Contractor beginning the first calendar day after the contract term end date. The amount of $4,500.00 per day will be assessed for each day until completion and acceptance are achieved. The assessment amount is the actual additional costs incurred if the MV distribution system is in-operable. This amount will be deducted from final payment to the Contractor. The amounts of these deductions are to cover estimated expenses to UAF as a result of the Contractor’s failure to complete the work within the time specified. Such deductions are liquidated damages and are not to be considered as penalties.

PAYMENTS & INVOICING

Progress payments may be allowed under this contract. The contractor will be allowed to invoice on a monthly basis for an amount not to exceed 75% of the current contract scope completion percentage at the time of invoicing. Contractor shall submit a schedule of values 14 days after Contract award for UAF approval to support progress payment requests. UAF shall withhold for final payment, 20% of the contract price until all deliverables, testing, and acceptance are completed. Final payment shall be made on a net 15 basis.

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 6 | P a g e

Standard invoice format will be determined and agreed upon by the Contract Administrator and the Contractor. The standard format shall be incorporated into the contract award and must be submitted in the same fashion for each billing period.

AUTHORITY

The Procurement Officer whose name appears on the cover sheet of this solicitation has statutory authority to act as agent for UAF. The Offeror is cautioned that instructions contrary to the provisions of this contract, which are received from UAF employees not specifically delegated authority to act in this matter, are not valid or binding on UAF, and are a violation of Alaska Statute 36.30 and University of Alaska Regulations.

QUESTIONS RECEIVED PRIOR TO THE DEADLINE FOR RECEIPT OF PROPOSALS

All questions shall be directed to UAF Procurement and Contract Services (Attn: Rick Danielson). There are generally two types of questions. One requires directing the questioner to the specific section of the RFP where the answer may be found. At the option of the University, responses to these questions may be given over the telephone; such questions and answers are unofficial and in no case may an oral response to a question affect any aspect of this RFP process. The second type of question involves clarifying or interpreting parts of the RFP or the intent of the RFP. While the University has no obligation to respond to such questions, this type of question, and any response, shall be made in writing. Any written responses conveying material information shall be provided to all recipients of the original solicitation. If any oral responses are given, or claimed to be given, no person may rely upon them and they will not affect any aspect of this RFP. Offerors who seek or receive information regarding this solicitation from any University official other than those listed above may be declared non-responsive and removed from further consideration for award.

Offerors’ questions and any University answers will become public records. Written questions must be submitted to UAF Procurement and Contract Services, 3295 College Road, Suite 103, Fairbanks, AK 99709, faxed to (907) 474-7720 (Attn: Rick Danielson), or emailed to [email protected] .

APPROVAL OF CONTRACTOR PERSONNEL

The University reserves the right to approve or reject the use of any personnel used by the Contractor in the performance of any contract(s) issued as a result of this solicitation without prejudice.

The Contractor shall provide up-to-date name(s) and telephone number(s) of point(s) of contact for use by UAF personnel in service matters at all times.

PERFORMANCE AND PAYMENT BONDS

The successful Offeror will be required to post a Performance Bond and Payment Bond in order to ensure performance. Within fifteen (15) days after issuance of the Notice of Intent to Award (NOITA), and prior to commencement of services, the Contractor shall deliver to UAF Procurement & Contract Services a Performance Bond and a Payment Bond for the protection of all persons supplying labor

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 7 | P a g e

and/or material to the Contractor, satisfactory to UAF, and executed by a surety listed in the US Department of the Treasury’s Listing of Approved Sureties (Department Circular 570), updated July 1, 2006 (available via internet at http://www.fms.treas.gov/c570/c570.html), or the most recent update, and authorized to do business in the State of Alaska, in an amount equal to fifty percent (50%) of the Total Amount submitted on the Rate Response Form. These bonds shall remain in effect, in the amounts stipulated, at all times during the life of the contract. Cash or Letters of Credit in lieu of bonding are not permitted.

Lapse of bonding shall considered a breach of contract, and the contract may be terminated for default and UAF shall be entitled to reprocurement costs and damages afforded by law.

If UAF terminates the contract for default, the bonding company shall be responsible for performance of the remaining term of the contract.

SUBCONTRACTING

Offerors may use subcontractors to provide services required for contracts awarded as a result of this solicitation. UAF reserves the right to approve all subcontractors employed in the performance of the contract(s). All subcontractors and their employees shall be held to, and must meet the same standards and requirements of the contractor and the contract specification. If subcontractors are going to be proposed, offeror shall provide the subcontractors qualifications for evaluation as part of the proposal, especially if the subcontractor is providing expertise, products, or services essential to any component of the project. (http://fs8.fs.uaf.edu/uter/SCADA/)

CONFIDENTIALITY & PROPRIETARY INFORMATION

All companies receiving this RFP are required to keep all data strictly confidential. Failure to do so will result in elimination of the Offeror from consideration for award and in possible litigation.

Proposals shall clearly indicate any information which is of a proprietary nature. Proprietary information must be limited to confidential information as defined in Instruction to Offerors (Public Information). Proposals will become public information after award of this RFP, in accordance with Alaska law. Once submitted, all proposals become the property of the University.

EVALUATION AND AWARD

GENERAL: All proposals shall be subjected to an evaluation process consisting of a preliminary evaluation of administrative compliance followed by a technical evaluation of proposal content. The administrative evaluation will be performed by UAF Procurement & Contract Services. The technical evaluation will be performed by a committee of qualified UAF personnel. At the discretion of UAF, interviews may be scheduled with the top Offeror that will consist of clarification and best and final offer. Price evaluation and scoring will be done by the Contracting Officer at the completion of the Technical Evaluation Committee scoring.

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 8 | P a g e

ADMINISTRATIVE EVALUATION:

All proposals will be evaluated to determine that they are responsive to the administrative and submittal requirements of the RFP. Proposals will be reviewed based on the following criteria:

• The proposal was received on time. • The correct number of files were submitted with all documents in designated order (one file of

the technical proposal and one Rate Response Form submitted as indicated on the Electronic Signature Page).

• The proposal was submitted in the correct format. • All other necessary forms were included. • Proposal forms were properly signed. • All material alterations or erasures, if any, were initialed by signer of the proposal. • UAF must be satisfied that the Offeror has a current business license in the State of Alaska with

licensing and certification(s) to do the business required in this proposal. • Technical minimum requirements as outlined in specifications.

This evaluation will be performed by UAF Procurement & Contract Services. Proposals failing to comply with all administrative requirements may be declared non-responsive and removed from further consideration.

TECHNICAL EVALUATION (WEIGHTED 60%)

All proposals meeting the administrative requirements of the RFP will be forwarded to the evaluation committee. Non-price, technical evaluations shall be completed for each proposal, independently, by each member of the Committee, with no initial attempts being made to reach a scoring consensus. The Committee may discuss the details and features contained in an offer for the purpose of ensuring there is agreement about what is contained in an offer and/or to clarify parts of an offer which may be unclear.

For this solicitation the technical evaluation shall consist of evaluating the offeror’s submittals in response to the evaluation criteria as follows, total of 600 points:

1. Contractor Qualifications (weight 15%)

2. Methodology, Efficiency, Comprehension, and Schedule (Best Solution, Clarity, and Completeness) (weight 45%)

Specification and Forms: http://fs8.fs.uaf.edu/uter/SCADA/

SCORING METHODOLOGY:

Non-Price: Proposals will be evaluated on non-price criteria as follows. Each member of the Committee will independently enter a scaled rating for each criterion outlined below. The scaled rating will then be multiplied by the weight to produce a weighted score for each factor. The weighted scores of all non-price factors will then be summed to provide a total weighted technical score for each proposal from each evaluator. The aggregate score of each proposal will then be divided by the number

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 9 | P a g e

of evaluators to produce an average non-price technical score for each proposal. The highest number of technical points attainable is 600. If an offer fails to earn an average non-price technical score of 400 points, the offer may be found non-responsive and removed from further consideration for award. Upon completion of the non-price evaluation, discussions, requests for clarifications, or negotiations (without divulging competitors’ pricing, or standing) may be conducted with all qualified offerors, or those offerors who fall into a clear competitive range. Based upon the results of the scoring the University may seek clarifications from all offerors in the competitive range. The competitive range shall include all offers receiving both an average minimum score of 400 points in the technical evaluation AND, in sole discretion of the procurement officer, achieving a technical score high enough to remain under consideration for award when ranked with other offers received. This is not a strict mathematical formula and may not be challenged on that basis except in the case of obvious arithmetic errors.

After the establishment of the competitive range the Procurement Officer will ensure that the opportunity to clarify, confirm, or otherwise respond to questions is provided to all offerors under consideration for award. This process will be sufficiently formal to ensure equity among offerors, and will be fully documented. If, during discussions, there is a need for any substantial clarification of, or change in the RFP, an amendment will be sent to all interested parties. Requests for substantial clarification, and/or any amendments are valid only if issued in writing by the responsible Procurement Officer.

General questions shall be directed to all offerors. However, questions which pertain only to a particular proposal shall be sent only to that offeror. Offerors who fail to respond with the required information by the deadline stipulated, or who fail to adequately support apparent discrepancies, imbalances, or disproportionate submittals, may be declared non-responsive.

Upon receipt of clarifications, the Committee may adjust each offeror’s score, if necessary, to reflect any new information. Should it be necessary, as a result of additional information obtained during this clarification process, to amend the RFP, a written amendment may be issued.

ORAL PRESENTATIONS

During the evaluation process, the Committee may, at its discretion, request that all offerors in the competitive range make oral presentations. Such presentations will provide offerors with an opportunity to answer questions the Selection Committee may have regarding their proposal. Not all offerors may be asked to make such oral presentations. UAF reserves the sole right to determine the number of offerors included in the competitive range.

BEST AND FINAL OFFER

UAF reserves the right to request clarifications and request a best and final offer (BAFO) from each Offeror within the competitive range. However, UAF reserves the right to make award based exclusively on the submitted proposals without seeking a BAFO.

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 10 | P a g e

PRICE EVALUATION

After the non-price technical evaluation is completed, the sealed Rate Response Forms shall be opened by the responsible UAF Procurement Officer. Points will be assigned to each offeror’s proposal based on the prices offered in accordance with the scoring methodology outlined herein. The scores given to each proposal for price are not subjective in nature; the proposal with the lowest price shall be assigned the maximum price score and proportional scores will be assigned to the other proposals.

PRICE (WEIGHTED 40%)

Price shall not be disclosed to the members of the evaluation committee until the technical evaluation process is completed. Points for price will be calculated by the Procurement Officer, based upon the pricing information submitted by each Offeror on the Rate Response Form, as follows:

• The Alaska Bidders’ Preference shall be applied to the price, where applicable. • The maximum number of points allowable for price shall be given to the responsive, responsible

proposal with the lowest evaluation total for price. (For purposes of this RFP, this number is 400.)

• Price points for the remaining proposals shall be calculated as follows:

(a) multiply the lowest priced proposal price by the assigned weight for price. Divide that number by the price of each higher priced proposal. This produces a mathematically proportional assignment of price points. See the example below:

(1) Offer A is $450,000, Offer B is $490,000, Offer C is $515,000. Therefore, (2) Assume Price is given a weight of 40. Offer A receives 400 points. (3) Offer B’s price points are calculated as follows:

$450,000 x 400 = 367 (rnd) Price points for B $490,000

(4) Offer C’s price points are calculated as follows: $450,000 x 400 = 349 (rnd) Price points for C $515,000

(b) If additional rounds of price competition are required, the steps above are repeated for each subsequent price submittal.

FINAL SCORE AND AWARD

The Procurement Officer shall reconcile each evaluation form for the proper procedures, consistency, mathematical extensions, and totals. The Procurement Officer shall then add the Price score to the committee’s technical evaluation score for each proposal to produce the final score and rank order of the Offerors. Award shall then be made pursuant to the Basis of Award – Source Selection section included herein.

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 11 | P a g e

Required Criteria Table Weight

Contractor Qualifications

15

A. Evaluation will be based on the relevant experience, references, and qualifications of the proposed personnel and subcontractors.

B. As part of this RFP, the Contractor shall provide information as requested in the following tables, located in attachments (http://fs8.fs.uaf.edu/uter/SCADA/). The contractor shall provide requested information as accurately as possible, and respond with complete and explicit answers to the questions presented. The Contractor shall not provide tables and generic product information. When possible, the Contractor shall use the tables provided to answer the questions, or to make references to documents being submitted: SCADA:

• Table 3.3.1. Business Requirements. • Table 3.3.2 Quality Control and Team members • Table 3.3.3 Proposed Team Members • Table 3.3.4 Ability to Deliver •

Coordination Study Proposal: • Table 5.3.1. Business Requirements. • Table 5.3.2 Quality Control and Team members • Table 5.3.3 Proposed Team Members • Table 5.3.4 Ability to Deliver

C. An offeror must demonstrate a significant history of successfully completed Electrical SCADA

software and Hardware projects, fault coordination studies, relay setting, relay testing, and arc flash studies. Experience related to previous projects of similar size, scope, and complexity will be evaluated to assess Offeror’s qualifications to manage and perform the requirements of this solicitation. Past performance (on similar projects) will be evaluated to determine the quality of work previously provided and to assess the capability of the Offeror to effectively accomplish the requirements of this solicitation. UAF may obtain information from references provided by the Offeror, customers known to UAF, consumer protection organizations, and any other source that may have useful and relevant information. If discussions are held, an Offeror will be provided the opportunity to comment on past performance information obtained. In the attachment: Contractor Project Summary Form, located in Volume 1 Attachments, provide specific details of the Contractor’s experience with electrical SCADA controls system, or other highlighted projects, in the last five years. Do not include projects that were completed before the year 2006. Provide a list of references with names of individuals involved and their specific responsibilities. Offerors are advised to inform references that UAF may contact them regarding their performance under previous contracts.

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 12 | P a g e

Offeror’s are required to provide the following: A minimum of 3 contracts and subcontracts (similar in size, scope, and complexity) completed during the last five (5) years, or currently in process. Contracts listed may include those entered into with federal, state, university, or local agencies, as well as contracts with commercial entities. Include the following information for each contract/subcontract. Management:

1. Reference Name: Project Name 2. Location: City, County, State, and Country 3. Date: Year project commissioned 4. Contact Name: First and Last Name 5. Title: Title of the Contact 6. Phone: Contact phone number 7. Email: Contact email address 8. Industry: Type of industry (Educational Institutions, Hospitals/Healthcare, Electrical

Utility, substation, wastewater, water, power, etc.), project size and capacity for the industry (KW/ MW, etc.), and Contracting Officer name with phone number and e-mail address

Attachments link: http://fs8.fs.uaf.edu/uter/SCADA/ IED (Intelligent Electronic Devices):

1. IED Make: Make and version of IED 2. IED Model: Model of IED hardware and Brand name 3. IED: Quantity of each IED

The Offeror shall provide information detailing any problems on the contracts and subcontracts identified and any corrective action taken. Provide a brief description of pending disputes or claims. Be specific in identifying problems and describing resolutions. This information is required as UAF may award without discussions or negotiations. Failure to provide a conclusive list of all past performance and experience within the past three (3) years will result in a lower technical evaluation score and may result in an offer being declared non-responsive and removed from further consideration. The offeror may submit evidence that verifies receipt of any awards, commendations, or certifications which reflect the quality of workmanship and service provided.

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 13 | P a g e

Required Criteria Table Weight

Methodology, Efficiency, Comprehension, and Schedule

Provide Technical Response 45

Evaluation will be based on clarity and completeness of proposal, adherence to specification, demonstration of understanding project function and goals, evidence of schedule comprehension and ability to meet milestones and deadlines, demonstrate expertise to engineer and manage a multi-faceted project to coordinated conclusion, resulting in best proposed design solution. The Contractor shall read the RFP in its entirety to gain an understanding of the overall concepts. The RFP requirements are described in detail for a thorough, measurable, and fair evaluation. Evaluation will be based upon the required submittals as specified throughout the solicitation. The required submittals as referenced in the checklist of required submittals as well as methodology narratives and proposed project solutions make up the criteria for technical evaluation of this section. Attachments Link: http://fs8.fs.uaf.edu/uter/SCADA/

Required Criteria Table Weight

Cost (Rate Response Form)

40

TOTAL OF ALL WEIGHTS 100

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 14 | P a g e

RATE RESPONSE FORM (2 PAGES)

Offerors must complete this Rate Response Form and submit it, as a separate Adobe PDF and native file. Complete all forms and submit with your proposal in the order indicated on the Electronic Signature Page as a single Adobe PDF file. Do not include rate information in the technical offer or any other part of your proposal. Offers will consist of two PDF files.

Note: Faxed or telegraphed proposals are not acceptable and shall be rejected as non-responsive.

OFFERS WILL BE RECEIVED IN THE FOLLOWING FORMAT(S):

USB Flash Memory CD or DVD Email

RATE RESPONSE FORM – UAF ELECTRICAL SCADA SYSTEM

Total Price

SERVICES, NON-PERSONAL: Electrical Supervisory Control and Data Acquisition System (SCADA) as specified herein, to include engineering, design, field support services, hardware, software, materials, supplies, labor, programming, installation, configuration, training, testing, commissioning, and acceptance.

Additional project components as specified herein and included:

Electric power system Arc Flash, short circuit, fault analysis, and coordination study.

****************************************************

For informational purposes, please provide the following cost and/or price information for additional services as requested:

Parts (Procured) Cost Plus Markup Percentage………………………

Parts (Manufactured) Discount Off List Price Percentage ……….. (list below your different labor categories/types and hourly rate for each)

*LABOR TYPE:

________________________________

________________________________

________________________________

________________________________

________________________________

________________________________

$ _____________________

*************************

% _______________

% _______________

Hourly _____________

Hourly _____________

Hourly _____________

Hourly _____________

Hourly _____________

Hourly _____________

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 15 | P a g e

LABOR TYPE:

_______________________________

_______________________________

* The rates offered are for additional services as requested, and are the fixed rates the University will be charged for all parts and labor which are not included in the scope of work, but approved by the Contract Administrator. The Contractor shall provide invoices for all parts supplied providing the proper documentation to support price. These rates shall not be part of the price evaluation but shall be compared with other offerors rates to ensure that they are reasonable. If the rates are found to be unreasonable, the University may remove the offeror from further consideration.

Hourly _____________

Hourly _____________

Vendor Name: .........................................................................................

Company: ……………………………………………………………………………….

email:

.............................

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 16 | P a g e

SCOPE OF WORK AND SPECIFICATION (SUMMARIZED)

SUMMARY: The Contractor shall provide all engineering, design, management, supervision, personnel, labor, programming, installation, support services, hardware, software, materials, supplies, equipment, training, testing, and commissioning associated with an electrical SCADA system services and other services as specified.

SUMMARIZED SCOPE OF SERVICES AND SPECIFICATIONS (HTTP://FS8.FS.UAF.EDU/UTER/SCADA/)

The work includes, but is not limited to, electrical and control work specified and shown on the Drawings for providing an Electrical SCADA system.

1. Complete the Electrical SCADA design for the electric power system consisting of the following major components for 65%, 95% and Issue for Construction (IFC) package. This package be used by UAF to install cabinets, equipment and wiring provided by the contractor.

a. SCADA for monitoring and control of the Campus Switchgear Building (CSB) consisting of 12.4KV Switchgear A & B Lineup. Refer to Drawing No. HGI101-02.

b. SCADA for monitoring and control of the Atkinson Steam Plant Building (SP) consisting of Tie Switchgear, Plant Switchgear and Master SCADA control cabinet. Refer to Drawing No. HGI101-03.

c. SCADA for monitoring and control of the Diesel Generator Building (DG) consisting of the switchgear. Refer to Drawing No. HGI101-04.

d. SCADA for monitoring and control of the GVEA Substation (GVEA) consisting of the Tie Shack and Utility Tie Enclosure. Refer to Drawing No. HGI101-05 and 06.

e. Fiber Optics network to support the SCADA and electrical switchgear infrastructure consisting of fiber optical patch panels in each building, up to 36 fiber strands of Multi-mode and single mode, complete bill of material and all accessories required.

f. Perform a complete electrical design including cabling, cable pathways and branch circuit breakers within existing panel boards.

g. Perform and provide a written report for the Electrical System model and fault coordination study that will be used for the Protection Relay Settings Campus wide.

h. UAF intends to incorporate load shedding in the future. Provide a narrative that demonstrates the capability of the supplied system to be expanded/modified in the future. The narrative should include the following components: Load Shedding, Islanding detection and intelligent system separation, Generation and frequency control, Voltage

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 17 | P a g e

and MVAR control, Monitoring, Diagnostics, and Reporting, and Load management schemes.

2. Based on the design, provide the electric power system Electrical SCADA system.

a. Within the Campus Switchgear Building (CSB).

b. Within the Atkinson Steam Plant Building (SP).

c. Within the Diesel Plant (DP).

d. Within the GVEA Substation (GVEA).

e. Programming and configuration of the SCADA System based on the developed SCADA monitoring and control narrative.

f. Site Acceptance Testing of the SCADA System.

g. Construction support for the installation of the SCADA System including Fiber Optics Infrastructure.

h. Perform Protection Relay Settings for the CSB, DP, GVEA, and SP. Test Relays as required by the specification.

i. Perform and document detailed electrical equipment acceptance testing of the SCADA System.

j. Commissioning of the SCADA System including Site Acceptance Testing.

k. Training.

l. Turnover Package and Documentation consisting of; As-Built, Warranty Certificates, Installation, Operations and Maintenance Manuals, Software User Manuals, Program setting sheets with parameter values and description and Preventative Maintenance Standard Operating Procedures (SOP). These shall be provided in bound hard copy and digitally. Parameter settings shall be in native format.

3. Provide Contract Documentation per attachments and as otherwise specified.

a. Accomplishment of work in the Contract Documents shall meet all requirements and dates specified in attachments.

b. The above description is not intended to be complete. The work to be completed is provided in the contract specification documents. The listing in this section is not intended to relieve the Contractor of the responsibility for reading and understanding the contract specification documents.

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 18 | P a g e

c. Federal, State and Local Laws, Statutes and Regulations are not individually referenced. This provision incorporates by reference the latest version of statutes, laws and regulations. SVC is responsible to comply with all applicable laws and regulation.

Attachments Link: http://fs8.fs.uaf.edu/uter/SCADA/

CHECK LIST OF REQUIRED SUBMITTALS

To be considered for award, proposals must include all required submittals. To assist Offerors in returning all of the required information, the following checklist has been prepared. Proposals failing to comply with the requirements examined during the Administrative Evaluation may be declared non-responsive and may be eliminated from further consideration.

In accordance with the Instructions to Offerors and Proposal Evaluation section herein, and as part of the determination of the Offeror’s technical qualifications, the following information must be submitted with your proposal:

Proposal Transmittal Form (Electronic Signature Page Link) http://www.uaf.edu/files/procurement/Proposal%20Transmittal%20Form.pdf

Statement of Compliance Form (Electronic Signature Page Link) http://www.uaf.edu/files/procurement/Statement%20of%20Compliance%20Form.pdf

Representations, Certifications, and Statements of Offerors (Electronic Signature Page Link) http://www.uaf.edu/files/procurement/Representation%20Certification%20Form.pdf

Proof of a current Alaska Business License

Certificate of Insurance or letter of intent to insure Demonstration of ability to provide payment & performance bonding

Submittal Requirements for Contractors Qualification and Technical Evaluation: Attachment and Table Links: http://fs8.fs.uaf.edu/uter/SCADA/

Cover Letter

RFP Response Table of Contents Brief Overview of the SCADA Vendor/Contractor Brief Overview of the Subcontractors or consultants

Proposed Team Description Written Description of SCADA Project Understanding Written Description of Technical Approach

List of Figures and Tables Proposed system drawings Completed Contractor Question Section (Tables 3.3.1 – 3.3.4) in .pdf format

PROCUREMENT & CONTRACT SERVICES

Marketing Group I 19 | P a g e

Completed Contractor Question Section (Tables 3.3.1 – 3.3.4) Complete Past (recent) Project References (Table 3.4) in .pdf format Complete Past (recent) Project References (Table 3.4)

Complete BOM excluding cost column (Tables 4.1 – 4.5 and 4.7-4.8) Complete Business Requirements (Tables 5.3.x – 5.4) Products and Submittals

Campus Substation Building (Use table 4.1) Atkinson Steam Plant (Use table 4.2) GVEA – Utility tie shack and tie enclosure (Use table 4.3)

Diesel Plant (Use table 4.4) Attachment, Specification and Table Links: http://fs8.fs.uaf.edu/uter/SCADA/

The Contractor shall provide the requested information as accurately as possible, and respond with complete and explicit answers to the questions presented herein. The Contractor shall not provide generic tables and generic product information. The Contractor shall use the Summary of Material tables 4.1 through 4.4 that are provided with this RFP as an example of what to provide in their response in pdf format.

A. The Contractor shall submit a technical proposal to demonstrate a thorough understanding of the requirements of this RFP. The technical proposal shall describe a logical plan for accomplishing the technical requirements for the UAF SCADA project and integrating the various campus buildings. The technical description shall include, where applicable, sketches, drawings, written descriptions of techniques, and a complete explanation of the proposed procedures.

B. The Contractor is encouraged to include optional equipment or services that may be of value in determining the following:

1. Equipment configurations 2. Optional functionality 3. Software packages, etc.

Any optional equipment listed will have its significant features clearly identified, including a brief statement as to how UAF would benefit from the optional item, if selected.

C. Commercial elements of the Contractor’s solution shall be listed. All equipment, options, and services mentioned will have a corresponding commercial entry listed. All of the sections of this RFP are intended to build an understanding of the overall intent and depth of the project, and completed as clearly and accurately as possible.

Elaborate format, binding, and marketing presentations are not necessary or desired. Legibility, clarity, and completeness of the technical approach are more important and strongly suggested as the most appropriate approach.