Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2018 FBO #5903
SOLICITATION NOTICE

C -- WAPA SNR Architectural and Engineering (A&E) Services - Draft PWS

Notice Date
1/19/2018
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
SNR-A-E-2018
 
Archive Date
2/21/2018
 
Point of Contact
Nickie Cruthirds, Phone: 9163534445
 
E-Mail Address
cruthirds@wapa.gov
(cruthirds@wapa.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS. THIS SYNOPSIS IS POSTED TO NOTIFY THE PUBLIC OF POTENTIAL BUSINESS OPPORTUNITES, TO IDENTIFY POTENTIAL SOURCES, AND TO CONDUCT OTHER MARKET RESEARCH. THIS IS NOT A SOLICITATION FOR PROPOSALS, QUOTES, OR BIDS. PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION FOR THIS REQUIREMENT, AS ONE DOES NOT EXIST. The Western Area Power Administration (WAPA) Sierra Nevada Region (SN) is seeking information regarding potential Offerors and service capabilities to perform Title I, Title II, and Title III architectural and engineering services, including all personnel, equipment, tools, materials, vehicles, supervision, and other items and non-personal services required to perform: (1) Professional services of an architectural or engineering nature, as defined by applicable State law, which the State law requires to be performed or approved by a registered architect or engineer. (2) Professional services of an architectural or engineering nature associated with design or construction of real property. (3) Other professional services of an architectural or engineering nature or services incidental thereto (including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals and other related services) that logically or justifiably require performance by registered architects or engineers or their employees. Please see the attached DRAFT Performance Work Statement for a more detailed description of the anticipated requirement. Changes are anticipated to be made to the PWS prior to any subsequent solicitation. No reimbursement will be made for any costs associated with providing information to this synopsis or any follow-up information requests. This synopsis is to notify the industry of a potential requirement and to perform market research regarding potentially qualified sources, commercial capabilities, and business size classifications (small business, large business, service-disabled veteran, etc.) Any information received in response to this RFI may be used in any subsequent solicitation. Information marked with a statement (such as "proprietary" or "confidential") intended to restrict distribution will not be distributed outside of the Government, except as required by law. The North American Industrial Classification System (NAICS) code for the proposed contract action is anticipated to be 541330 for Engineering Services. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, us $15 Million annual revenue. It is anticipated that the requirement will be reserved for solicitation among small businesses. SN intends to obtain architect-engineer services and negotiate contracts for these services based on the demonstrated competence and qualifications of prospective contractors to perform the services at fair and reasonable prices, using the procedures outlines in Federal Acquisition Regulations (FAR) subpart 36.6, Department of Energy (DOE) Acquisition Regulation Supplement (DEARS) subpart 936.6, and other DOE guidance. The proposed contract action is anticipated to be issued as a firm-fixed price single award indefinite delivery, indefinite quantity (IDIQ) contract. This proposed contract action is anticipated to be comprised of a base year period of performance (PoP) and (4) option years. Option years may be exercised on an annual basis thereafter, at the discretion of the Government. It is estimated that SN may require approximately $5M in services per year. Respondents are asked to provide the following information: - Provide feedback regarding the attached DRAFT PWS. - Provide information regarding size business status and other program participation, i.e., 8(a). Respondents are requested to provide e-mail responses and/or PWS questions to Nickie Cruthirds (cruthirds@wapa.gov) by 1000 / 10:00 a.m. (PST) Wednesday, 7 February 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e4534f550387709cd3368db584df0a9)
 
Record
SN04794286-W 20180121/180119230746-2e4534f550387709cd3368db584df0a9 (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 |
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.