Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2004 FBO #1021
SOLICITATION NOTICE

C -- Architect-Engineer Services, Title I, II and III for Western Area Power Administration, Rocky Mountain Region

Notice Date
9/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO 80228-2802
 
ZIP Code
80228-2802
 
Solicitation Number
DE-RP65-04WJ67492
 
Response Due
10/8/2004
 
Archive Date
11/6/2004
 
Point of Contact
Amy Wright, Contracting Officer, 970-461-7523, awright@wapa.gov;Sharon Gatenby, Contract Specialist, 970-461-7301, sgatenby@wapa.gov
 
E-Mail Address
Email your questions to Sharon Gatenby, Contract Specialist
(sgatenby@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Title I, II and III Architect-Engineer (A-E) Services for the United States Department of Energy, Western Area Power Administration, Rocky Mountain Region (RMR) located in Loveland, Colorado with a Maintenance Facility located in Montrose, Colorado. These offices serve the following states: Colorado, Wyoming, Nebraska, New Mexico, and Utah. The Work will cover all engineering disciplines, architectural, surveying, geotechnical, and environmental services. A majority of the work includes construction inspection services. Work may consist of: site investigation, design analysis, project design and specifications preparation, cost estimates, construction inspection, hazardous material evaluation, testing, commissioning, as-built drawings, telecommunications and power system studies associated with high voltage power transmission lines, substations, and related facility projects. Work for the RMR will emphasize construction inspection, surveying, architectural, civil, mechanical and structural disciplines. Firms interested in being considered for this procurement should submit four copies of the SF-330 (Part I & II) to the Western Area Power Administration ??? Rocky Mountain Region within 30 days of this notice. Responses received after October 8, 2004, will not be considered. Only hard copies of the SF-330 will be accepted and must be mailed to the Department of Energy, Western Area Power Administration, Attention: Sharon Gatenby, P.O. Box 3700, Loveland, CO 80539. The SF-330 Part I & II (PDF fillable format or Microsoft Word version) may be obtained at the DOE Industry Interactive Procurement System (IIPS) website at http://e-center.doe.gov. To obtain the electronic file for the SF-330, click on browsing opportunities by number. The form will be found under DE-RP65-04WJ67492. Prior to the final selection, at a minimum the top 3 most highly qualified firms will provide a formal presentation to the Government. A solicitation will only be provided to the most highly qualified firm after presentations. SF-330 submissions must not exceed 50 double-sided pages or 100 single sided pages. E-mail inquiries may be made to the Contract Specialist or Contracting Officer at the e-mail addresses listed in this notice. One contract will be awarded from this announcement for a base year and four one-year option periods. Estimated dollar value is $500,000 per year. Estimated award date is on or about May 15, 2005. Individual task orders will be issued against an indefinite delivery-indefinite quantity labor-hour contract. Offeror???s principal office shall be within a 300-mile radius of the RMR office in Loveland, Colorado, to be considered for award. Not withstanding the award of this contract, the Government reserves the right, at its option, to contract separately for A-E services for any specific task, even if similar to that described in the scope of work above. Firms will be evaluated on the following criteria: A. GENERAL QUALIFICATIONS, INCLUDING: (1) Reputation and standing of the firm and its principal members; (2) Experience and technical competence of the firm in comparable work; (3) Past record in performing work for DOE, other Government agencies, private industry, including projects or contracts implemented with no overruns; performance from the standpoint of cost including cost overruns (last 5 years); the nature, extent and effectiveness of contractor???s cost reduction program; quality of work; and ability to meet schedules including schedule overruns (last 5 years) (where applicable); (4) The volume of past and present workloads; (5) Interest of company management in the project and expected participation and contribution of top officials; (6) Adequacy of central or branch office facilities for the proposed work, including facilities for any special services that may be required; (7) Geographic location of the home office and familiarity with the locality in which the project is located (firms own organization, joint-venture organizations, subcontractors, etc.); and (8) Experience in energy efficiency, pollution prevention, waste reduction, and the use of recovered and environmentally preferable materials in facility designs. B. PEROSNNEL AND ORGANIZATION: (1) Specific experience and qualifications of personnel proposed for assignment to the project, including as required for various phases of the work: (i) Technical skills and abilities in planning, organizing, executing, and controlling; (ii) Abilities in overall project coordination and management; and (iii) Experience in working together as a team; (2) Proposed project organization, delegations of responsibility, and assignments of authority; (3) Availability of additional competent, regular employees for support of the project, and depth and size of the organization so that any necessary expansion or acceleration could be handled adequately; (4) Experience and qualifications of proposed consultants and subcontractors; and (5) Ability to assign adequate qualified personnel from the proposed organization (firm???s own organization, joint-venture organizations, subcontractor, etc.) including key personnel and a competent supervising representative. Total scoring will be based on a maximum of 100 points. The most significant factors are A (7) and B (1) with 20 points each, followed by A (2) with 15 points, then A (3) and A (4) with 10 points each. Factors A (1), B (3), and B (5) are weighted at 5 points each. The remaining five (5) factors are of less importance, with 2 points each. The SF-330 shall indicate specific power system or facility related work experience for the firm and for each of the personnel proposed for the firm and for each of the proposed consultants or subcontractors. This acquisition is 100% set aside for small business concerns. The North American Industry Classification System Code is 541330 and the size standard is $4.0 million. See note 24.
 
Web Link
Click here for further details regarding this notice.
(http://e-center.doe.gov/iips/busopor.nsf/UNID/82229e727013386085256f09006f36b9?OpenDocument)
 
Record
SN00669684-W 20040912/040910211732 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.