SPECIAL NOTICE
C -- WAPA/DSW A&E Services
- Notice Date
- 12/1/2020 8:43:57 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- WESTERN-DESERT SOUTHWEST REGION PHOENIX AZ 85009 USA
- ZIP Code
- 85009
- Response Due
- 1/15/2021 1:00:00 PM
- Archive Date
- 01/30/2021
- Point of Contact
- Don Reed, Phone: 6026052768, Eric Jordan
- E-Mail Address
-
dreed@wapa.gov, Ejordan@wapa.gov
(dreed@wapa.gov, Ejordan@wapa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- In accordance with FAR Part 36.600, the US Department of Energy is synopsizing a requirement for Architect-Engineer (A-E) Services for Western Area Power Administration, Desert Southwest Region (DSW) located in Phoenix, Arizona.� This office serves Arizona, California and Nevada.� The work will cover all engineering disciplines, architectural, surveying, geotechnical, and environment services. �Work may consist of site investigations, 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 DSW will emphasize surveying, architectural, civil, mechanical, and structural disciplines. One contract will be awarded from this announcement for an estimated $3.5 Million per year with four 1-year option periods.�� The total estimated dollar amount of the contract will not exceed $18.0 million.� The guaranteed minimum is $50,000.� Estimated award date is on or after November 01, 2021.� 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 $16.5 million.� In addition, to be responsive and considered for award, the offeror�s principle office shall be within 200-mile radius of the DSW office located at 615 S 43rd Ave, Phoenix, AZ 85009. This is not a request for proposal.� Firms interested in being considered for this procurement should submit a copy of Standard Form (SF) 330 (Parts I and II) within 45 days of this notice.� SF 330 submissions must be legible (no less than 12-point font) and must not exceed 100 document pages (standard size paper 8 �� by 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.� Responses received after 2:00pm local time, 15 Jan 2021, will not be considered.� Due to COVID 19 Restrictions, only electronic submissions will be considered.� Only neatly scanned copies of the SF 330 will be accepted and must be electronically delivered to the Department of Energy, Western Area Power Administration, Attention: Don Reed, at dreed@wapa.gov. �The SF 330 Parts I and II may be downloaded using this link: http:www.gsa.gov/forms.� Click on �Form Library�, select �Standard Forms�, and then scroll down to SF 330.� Questions regarding this notice must be directed to Don Reed, Contracting Specialist, at dreed@wapa.gov. 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 be provided to the most highly qualified firm after discussions.� E-mail inquiries may be made to the Contract Specialist at the e-mail addresses listed in this notice.� Firms will be evaluated on the following criteria: General Qualification, Including: Reputation and standing of the firm and its principal members Experience and technical competence of the firm in comparable work. Firm�s past record in performing work (PPIRS) or other sources 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). The volume of past and present workloads. Interest of company management in the project and expected participation and contribution of top officials.� Adequacy of central or branch office facilities for the proposed work, including facilities for any special services that may be required. The firm�s experience in energy efficiency, pollution prevention, waste reduction, and the use of recovered and environmentally preferable materials in design. Personnel and Organization Specific experience and qualifications of personnel proposed for assignment to the project, and/or various phases of the work. Technical skills and abilities in planning, organizing, executing, and controlling. Abilities in overall project coordination and management. Experience in working together as a team. Proposed project organization, delegations of responsibility and assignments of authority. 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. Experience, qualifications, and past performance of proposed consultants and subcontractors. 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.� The evaluation factors are listed in order of importance.� Full references to the specific factors listed below can be found in the paragraphs immediately above. The most significant factors (weighted at 20 points each) are: A2: �Experience and technical competence of the firm in comparable work. B1: �Specific experience and qualifications of personnel proposed for assignment to the project, and/or various phases of the work to include technical skills and abilities in planning, organizing, executing, and controlling; abilities in overall project coordination and management; and experience in working together as a team. The next most important factor (weighted at 15 points) is: A3:� Firm�s past record (PPIRS) or other sources 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). The next most important factor (weighted at 20 points) is: B4:� Experience, qualifications, and past performance of proposed consultants and subcontractors. The next most important factors (weighted at 5 points each) are: A1:� Reputation and standing of the firm and its principal members. B2: Proposed project organization, delegations of responsibility, and assignments of authority. B3:� 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. The next most important factors (weighted at 2 points each) are: A4: The volume of past and present workloads. A5: Interest of company management in the project and expected participation and contribution of top officials. A6: Adequacy of central or branch office facilities for the proposed work, including facilities for any special services that may be required. A7:� The firm�s experience in energy efficiency, pollution prevention, waste reduction, and the use of recovered and environmentally preferable materials in design. B5: 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. Questions regarding this notice must be directed to Don Reed, Contracting Specialist, at dreed@wapa.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5261b650f5cd4d1c845e3fead0198876/view)
- Place of Performance
- Address: Phoenix, AZ 85009, USA
- Zip Code: 85009
- Country: USA
- Record
- SN05863263-F 20201203/201201230137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |