Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2007 FBO #1959
SOLICITATION NOTICE

C -- A-E Services for Southwestern Power Administration

Notice Date
4/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
One West Third, Tulsa, OK
 
ZIP Code
00000
 
Solicitation Number
DE-RP75-07SW57450
 
Response Due
5/8/2007
 
Archive Date
11/8/2007
 
Small Business Set-Aside
N/A
 
Description
1. Southwestern Power Administration (SWPA) anticipates awarding two (2) separate Indefinite-Delivery/Indefinite Quantity (ID/IQ) contracts for professional Architect-Engineer (A-E) services in accordance with PL 92-582 (Brooks Architect-Engineering Act) and FAR Part 36. Most of tThe work will be required for projects within SWPA???s region including Oklahoma, Kansas, Arkansas, Texas, and Missouri. 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. The anticipated period of performance for each contract is a base year with four option years, for a potential contract term of five years. The maximum term per each contract will be five years, and the amount of work will not exceed $4,000,000 over the five year term. An option term may be exercised when the contract amount for the base term or preceding option term has been exhausted or nearly exhausted. Under the contract, task orders will be issued on a fixed-price basis and will be negotiated consistent with Title I, Title II, and Title III requirements. All labor rates will be negotiated prior to contract award. Contractors will be selected for negotiations based upon their qualifications submitted in accordance with this announcement. To be eligible for award of a contract, a firm must be registered in the Central Contractor Registration (CCR) database. Firms may register in the CCR via the Internet Site http://www.ccr.gov/, or by calling 1-800-334-3414. 2. PROJECT INFORMATION: The first contract shall be identified as CONTRACT ONE - TELECOMMUNICATION. CONTRACT ONE has specific requirements for a broad range of design and engineering services and such incidental services as are associated with the operation and maintenance of Southwestern???s telecommunication system. Work to be performed under the contract includes a broad spectrum of studies, analyses, and design activities associated with the operation, maintenance, and modernization of a telecommunication system used for the operation and monitoring of the Southwestern electric power transmission system. Typical projects may consist of the following: (1) Planning and design of additions or modifications to the telecommunications systems including Sonet digital microwave and fiber optics system enhancements; Local Area Network/Wide Area Network (LAN/WAN) planning in support of power system operation; mobile radio system alterations; frequency spectrum planning; microwave path profile analysis; mobile radio system coverage analysis; replacement of Time Division Multiplexing PBX with Voice Over Internet Protocol (VOIP) system; communication tower analysis and design; soil boring and analysis; environmental assessment; leased and dial-up telephone lines ordering specifications; and (2) assisting the Government in construction management and performing construction inspection for work identified above. The second contract shall be identified as CONTRACT TWO - ELECTRICAL POWER TRANSMISSION AND GENERATION SYSTEMS. CONTRACT TWO has specific requirements for a broad range of design and engineering services and such incidental services as are associated with the operation and maintenance of Southwestern???s electric utility system, including hydro-electric generating facilities. Work to be performed under the contract includes a broad spectrum of architectural and engineering studies, analyses, and design activities associated with the operation, maintenance, and modernization of a high-voltage electric power bulk-transmission system and associated control, office, warehouse, and maintenance facilities. This includes providing the services of engineers representing the electrical, mechanical, electronics, structural, and civil disciplines. Typical assigned work projects could consist of (1) Planning and design of additions or modifications to high-voltage electric power transmission lines, switching stations, and substations at voltages of 69-kV and higher including the following: high voltage breaker replacements; station service modifications; equipment footings and foundations; bus additions and replacement; steel equipment support structures; steel, concrete and wood pole transmission structures; transmission line conductor and shield wire sag and tension calculations; instrument transformer additions and replacements; disconnect switch replacements; auto-power transformer replacement and additions; breaker bay additions; grounding grid enhancement and/or replacement; determining potential environmental hazards and impacts; physical security enhancements; soil boring and analysis; (2) Planning and design of additions or modifications to supervisory control, data acquisition, and telemetry systems including remote terminal unit (RTU) replacement and additions; RTU and Programmable Logic Controller programming and testing; kilo-watt hour meter additions and replacements; meter data acquisition system design and installation; supervisory control and data acquisition (SCADA) modifications; intelligent electronic device (IED) interfaces; substation and generation equipment monitoring; data acquisition network modifications; (3) 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; replacing relays and complete relay panels with microprocessor based units at substation, switching station, and hydroelectric generating facilities; short circuit studies; investigating power system interruptions and incidents; performing relay and related equipment configuration and testing prior to and during installation; and (4) Assisting the Government in construction management and performing construction inspection for work identified above. 3. SELECTION CRITERIA: General evaluation criteria for both contracts include the following: Reputation and standing of the firm and its principal members; experience and technical competence of the firm in comparable work; 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; 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, including facilities for any special services that may be required; geographic location of the home office and familiarity with the locality in which the projects are located; specific experience and qualifications of personnel proposed for assignment to the project; 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 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: CONTRACT ONE: (a) Carrying out investigations and making recommendations on technologies and equipment available for supporting the installation, operation and maintenance of telecommunication equipment and systems that support the operation of electrical transmission and hydro-electric generation facilities; (b) Furnishing design and documentation for installation of telecommunications equipment including microwave radios, telecommunication towers, equipment buildings, fiber optic cable, fiber optic transceivers, telephone systems, IP networks, SONET compliant networks, and mobile radio systems; (c) Testing of equipment for above; (d) Field work to provide technical support during and after equipment installation; (e) Designing, testing, configuring, implementing equipment used to operate, monitor, and maintain an electric utility telecommunication system, including microwave radios, fiber, fiber optic transceivers, IP/Ethernet networks, SONET networks, mobile radios, and related components that are used to operate a telecommunication system; (f) Performing communication tower analysis and site evaluation including soil tests and grounding studies, and conducting radio wave path and coverage analysis reports. CONTRACT TWO: (a) Carrying out investigations and making recommendations on technologies and equipment available for supporting the operation and maintenance of substations and hydro-electric dams; (b) Furnishing design and documentation for installation of telemetry, metering, remote terminal units (RTU), supervisory control and data acquisition (SCADA), equipment protective relay panels, substation equipment, and related components at substations and hydroelectric dams; (c) Testing of equipment for above; (d) Performing studies and preparing design documentation for installation of foundations, bus work, equipment support stands, transmission line and substation structures, buildings, drainage systems, ground grids, and related structural and civil components of electrical transmission and hydro-electric generation facilities; (e) Field work to provide technical support during and after equipment installation; (f) Calculating protective relay settings and investigating power system incidents; (g) Designing, testing, configuring, implementing equipment used to operate, monitor, and maintain a high voltage transmission and hydropower generation system including power system and generator protection relays, power transformers, high voltage breakers, current transformers, potential transformers, RTUs, data acquisition systems, transducers, panel meters, telemetry transmitters, station computers, computer networks and electric power revenue meters; (h) Configuring, installing, and trouble shooting Schweitzer relays, PML meters, Transdata meters, Bitronics meters, Incon devices and GE RTUs, using DNP 3.0, MODBus, Landis & Gyr 8979, and Harris 5000/6000 protocols to integrate these previously mentioned devices into the power system communication architecture; (i) Designing, installing, inspecting and evaluating transmission and substation structures, foundations, drainage systems, and control buildings. Key personnel should include architect-engineering personnel representing the electrical, electronic, civil, mechanical, structural, architectural, and computer science/engineering disciplines, as well as those disciplines capable of performing the requirements listed above. Key personnel shall be identified on the Standard Form (SF) 330. 4. SUBMISSION EQUIREMENTS: See Note 24 for general submission requirements. 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 Attn: Tammy Moreno within 30 days of the date of the release of this synopsis. This is not a request for a proposal. Cover letters and extraneous materials are not desired and will not be considered. As required by the acquisition regulations, interviews for the purpose of discussing prospective contract qualifications for the contracts will be conducted only after the submittal review by the selection board. Each submittal must identify for which contract the qualifications are submitted ??? either CONTRACT ONE or CONTRACT TWO. You may submit qualifications for either contract or both contracts, but they must be submitted separately if responding to both contracts. Questions may be directed to Ms. Tammy Moreno, Contract Specialist, at 918/595-6768, or e-mail at Tammy.Moreno@swpa.gov.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/CC6530C7103C062F852572B5006E662A?OpenDocument)
 
Record
SN01267970-W 20070408/070406220331 (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  © 1994-2020, Loren Data Corp.