Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

C -- Architect-Engineer Services for Southwestern Power Administration - Small Business Set-Aside

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
One West Third, Tulsa, OK
 
ZIP Code
00000
 
Solicitation Number
DE-RP75-04SW55369
 
Response Due
7/15/2004
 
Archive Date
8/14/2004
 
Point of Contact
Jennifer Groth, Contracting Officer, 918-595-6668, jennifer.groth@swpa.gov;Jennifer Groth, Contract Specialist, 918-595-6668, jennifer.groth@swpa.gov
 
E-Mail Address
Email your questions to Jennifer Groth, Contract Specialist
(jennifer.groth@swpa.gov)
 
Small Business Set-Aside
N/A
 
Description
1. P!! 2. 06/15!! 3. 2004!! 4. N/A!! 5. 74103!! 6. C!! 7. One West Third Street, Tulsa OK 74103-3519!! 8. Architect-Engineer Services for Southwestern Power Administration!! 9. DE-RP75-04SW55369!! 10. Opening date: 6/15/2004; closing date: 7/15/2004!! 11. Point of contact: Jennifer Groth, Contract Specialist, 918-595-6668!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16. N/A!! 17. Southwestern Power Administration (SWPA) anticipates awarding one indefinite-delivery contract for professional Architect-Engineer (A-E) services to be provided by a registered or licensed A-E firm. The anticipated period of performance is a base year with four options, for a potential contract term of five years. Under the contract, task orders will be issued on a fixed-price basis. All labor rates will be negotiated prior to contract award. Task orders will be negotiated consistent with Title I, Title II, and Title III requirements. Work to be performed under the contract includes a broad range of architectural and engineering studies, analyses, and design activities associated with operations, maintenance, and modernization of a high-voltage electric power bulk-transmission system and associated communications, control, office, warehouse, and maintenance facilities. The work will also require assisting the Government in construction management and performing inspection activity at field facilities. Typical work assignments may include: 1. design of additions or modifications of high-voltage electric power transmission lines, switching stations, and substations at voltages of 69-kV and higher; 2. conducting and analyzing electrical power systems studies for both planning and operational timeframes involving load flow, stability, and electromagnetic transient software; 3. planning and design of additions or modifications of supervisory control, data acquisition, and telemetering systems; 4. planning and design of telecommunications systems including analog and digital microwave, fiber optics, VHF radios, leased and dial-up telephone lines; 5. planning, design, and monitoring of protective relay systems for high-voltage and extra-high-voltage transmission systems and hydroelectric generating plants (including calculating coordinated relay settings); 6. software development/engineering in support of the engineering tasks listed above; 7. assisting the Government in construction management and performing construction inspection. Key personnel should include architect-engineering personnel representing the electrical, electronic, civil, mechanical, structural, architectural, and computer science/engineering disciplines as well as capability in the requirements listed above. Key personnel shall be identified on the Standard Form (SF) 330. See Note 24 for general evaluation criteria. Other general evaluation criteria includes reputation and standing of the firm and its principal members; the volume of past and present workloads; interest of company management in the project and expected participation and contribution of top officials; adequacy of the central or branch office facilities for the proposed work which may require site visits by SWPA during the evaluation process; specific experience and qualifications of personnel proposed for assignment to the project; proposed project organization; delegations of responsibility and assignments of authority; availability of additional employees for support of the project, and the depth and size of the organization so that any necessary expansion or acceleration could be handled adequately. The experience and qualifications of any proposed consultants and subcontractors will also be evaluated. Special evaluation criteria will include specialized experience in the following areas: 1. planning, design, and overseeing construction of electrical substations and transmission lines at voltages of 69 k-V and higher; 2. expertise in conducting and analyzing electrical power system studies for both planning and operational timeframes involving loadflow, stability, and electromagnetic transient software; 3. expertise in the planning, design, and implementation of electric utility communication, data acquisition, and control systems; 4. expertise in planning, design, and operational oversight of protective relaying systems; 5. assisting the Government in construction management; 6. capacity to perform the work within required timeframes and budget. The contract is for off-site services. On-site requirements will be based on task orders which describe long-term (one year or more) general work requirements for an on-site team. This procurement is a total small business set-aside. Small businesses may team together or with large businesses, and be eligible for award of a set-aside contract, when at least 50% of the services will be performed by the small business. Interested parties should submit six (6) copies of the SF 330 for the prime and all subcontractors to the Southwestern Power Administration, One West Third Street, Tulsa OK 74103 Att: Jennifer Groth within 30 days of the date of the release of this synopsis. This is not a request for a proposal. 18. N/A!! 19. Total Small Business Set-Aside
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/F6F028961DFB39D885256EB40061ABBF?OpenDocument)
 
Record
SN00603450-W 20040617/040615211641 (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  © 1994-2020, Loren Data Corp.