SOLICITATION NOTICE
C -- Title I, Architect-Engineering Services for Western Area Power Administration's Rocky Mountain Region, Loveland, Colorado
- Notice Date
- 2/10/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- 12155 W. Alameda Parkway Lakewood, CO
- ZIP Code
- 00000
- Solicitation Number
- DE-RP65-06WJ02320
- Response Due
- 3/27/2006
- Archive Date
- 9/27/2006
- Small Business Set-Aside
- N/A
- Description
- The work will cover route, cadastral, topographical, and aerial surveys possibly including state of the art ???LiDAR??? type surveys along with geotechnical investigations. The majority of the work includes route, cadastral, and aerial surveys for approximately 800 miles of new transmission line with extremely short performance periods. Work will also consist of: geological site investigations, drafting services, preparation of legal descriptions and tract maps, and other preliminary engineering work associated with high voltage power transmission lines, substations, and related facilities. The work will primarily be in Colorado; however, may also include Kansas, Wyoming, Nebraska, New Mexico and Utah. One contract will be awarded from this announcement for a base year and four one-year option periods. Estimated amount by year is $15,000,000 base year; $5,000,000 option year one; and up to $5,000,000 total for option years two through four. The total estimated dollar amount of the contract will not exceed $25,000,000. The guaranteed minimum is $500,000. Estimated award date is on or after September 1, 2006. Individual task orders will be issued against an Indefinite-delivery Indefinite quantity, fixed-price labor hour contract. Offeror???s principal office shall be within an 800 mile radius of the Rocky Mountain Region???s Loveland Office located at 5555 East Crossroads Blvd., Loveland Colorado. Prior to the final selection, the Government will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services. A solicitation will only be provided to the most highly qualified firm after discussions. SF-330 submissions must be legible and must not exceed 50 double-sided pages or 100 single-sided pages (standard size paper 8 ????? x 11???). E-mail inquiries may be made to the Contracting Officer at the e-mail addresses listed in this notice. This is not a request for proposals. Firms interested in being considered for this procurement should submit four copies of the Standard Form (SF)330 (Part I & II) to the Western Area Power Administration ??? Rocky Mountain Region within 45 days of this notice. Responses received after March 27, 2006, will not be considered. Electronic submissions 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: Amy Wright, P.O. Box 3700, Loveland, CO 80539. The SF-330 Part I & II may be downloaded using the link listed below, or go to 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 the link to the form will be found under DE-RP65-06W02320. 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) Firm???s, joint-venture???s, and any proposed subcontractor???s past record in performing work for DOE, other Government agencies, and 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 firm, joint-venture, and any proposed subcontractor???s home office and familiarity with the locality in which the project is located. B. PERSONNEL AND ORGANIZATION: (1) Specific experience and qualifications of personnel proposed for assignment to the project, and/or 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, consulting firms, etc.) including key personnel and a competent supervising representative. The total scoring will be based on a maximum of 100 points. Full references to the specific factors listed below can be found in the paragraph immediately above. The following factors are listed in order of importance: The most significant factors are A(2), Experience and technical competence of the firm in comparable work; and B(1), specific experience and qualifications of proposed personnel to include: technical skills and abilities in planning, organizing, executing, and controlling; overall project coordination and management; and experience in working as a team. Factor A(2) and factor (B)(1) shall each be weighted at 20 points. The next most important factor is B(4), experience and qualifications of proposed consultants and subcontractors, weighted at 15 points. The next most important factors are A(3), past record/nature of cost reduction program/performance assessment/quality of work/ability to meet schedules, and A(7), location of home office and familiarity with project locality, weighted at 10 points each. The next most important factors are A(1), reputation of firm and principal members, B(3), availability of additional employees/depth and size of organization, and B(5), ability to assign adequate qualified personnel, weighted at 5 points each. The next most important factor is B(2), project organization, delegations and assignments, weighted at 4 points. The next most important factors are A(4), volume of past and present workload, A(5), interest of management and participation of top officials, and A(6), adequacy of central or branch office facilities, weighted at 2 points each. The SF-330 shall indicate specific power system or facility related work experience for the firm, proposed firm personnel, and proposed consultants and subcontractors. The North American Industry Classification System Code is 541370 and the size standard is $4.5 million. See note 24.
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/0EC156251D7E4AAD85257111006AE90F?OpenDocument)
- Record
- SN00985266-W 20060212/060210212210 (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 |