SOLICITATION NOTICE
C -- Title I, II and III Architect Engineering Services for Western Area Power Administration's Rocky Mountain Region
- Notice Date
- 4/2/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- 12155 W. Alameda Parkway Lakewood, CO
- ZIP Code
- 00000
- Solicitation Number
- DE-RP65-07WJ02374
- Response Due
- 5/2/2007
- Archive Date
- 11/2/2007
- 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 surveying and 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 surveying, construction inspection, architectural, civil, mechanical, and structural disciplines. One contract will be awarded from this announcement for an estimated $2,000,000 per year with four one-year options. The total estimated dollar amount of the contract will not exceed $10,000,000. The guaranteed minimum is $100,000. Estimated award date is on or after September 1, 2007. Individual task orders will be issued against an Indefinite-delivery Indefinite-quantity, fixed-price labor hour contract. This acquisition is set-aside for small business concerns. The North American Industry Classification System Code is 541330 and the size standard is $4.5 million. In addition, to be considered for award, the offeror???s principal office shall be within a 300-mile radius of the RMR office in Loveland, Colorado. Prior to the final selection, the Government will hold an oral presentation and discussions with at least three of the most highly qualified firms. A solicitation will only be provided to the most highly qualified firm after discussions. Standard Form (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???). The SF-330 shall indicate specific power system or facility related work experience for the firm, proposed firm personnel, and proposed consultants and subcontractors. E-mail inquiries may be made to the Contract Specialist, Frances Gutierrez, 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 SF-330 (Parts I & II) to the RMR ??? within 30 days of this notice. Responses received after 3:30 p.m. Mountain Time, May 2, 2007, will not be considered. Electronic submissions will not be considered. Only hard copies of the SF-330 will be accepted and must be mailed or hand delivered to the Department of Energy, Western Area Power Administration, Attention: Frances Gutierrez, P.O. Box 3700, Loveland, CO 80539-3003. The SF-330 Parts I & II may be downloaded using this link: http://www.gsa.gov/forms. Under Form Library select Standard Forms, and then scroll down to SF 330, or go to the DOE Industry Interactive Procurement System (IIPS) website at http://e-center.doe.gov to obtain the electronic file of the SF-330. Click on ???browsing opportunities by number???. The link to the form will be found under DE-RP65-07WJ02374. 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 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 of 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; and (8) Firm???s experience in energy efficiency, pollution prevention, waste reduction, and the use of recovered and environmentally preferable materials in design. 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, qualifications and past performance of proposed consultants and subcontractors; and (5) Ability to assign adequate qualified personnel from the proposed organization (firms 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 (weighted at 20 points each) are: - A(2) Experience and technical competence of the firm in comparable work. - 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 together as a team. The next most important factor (weighted at 15 points) is: - A(3) Past record in performing work/nature of cost reduction program/quality of work/ability to meet schedules. The next most important factors (weighted at 10 points each) are: - A(7) Geographic location of home office and familiarity with project locality. - B(4) Experience and qualifications of proposed consultants and subcontractors. The next most important factors (weighted at 5 points each) are: - A(1) Reputation of firm and principal members. - B(2) Proposed project organization, delegations of responsibility, and assignments of authority. - B(3) Availability of additional employees/depth and size of organization. The next most important factors (weighted at 2 points each) are: - A(4) Volume of past and present workload. - A(5) Interest of management and participation of top officials. - A(6) Adequacy of central or branch office facilities. - A(8) Experience in energy efficiency, pollution prevention, waste reduction, and use of recovered and environmentally preferable materials. - B(5) Ability to assign adequate qualified personnel.
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/DF234A8DA4679664852572B1006FA787?OpenDocument)
- Record
- SN01264178-W 20070404/070402220236 (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 |