Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2009 FBO #2870
SOLICITATION NOTICE

R -- Lattice Tower Transmission Design Conversion Services

Notice Date
10/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO
 
ZIP Code
00000
 
Solicitation Number
DE-RQ65-10WA42645
 
Response Due
10/27/2009
 
Archive Date
4/27/2010
 
Point of Contact
Cheryl A Drake, Contracting Officer, 720-962-7154,drake@wapa.gov;Cheryl A Drake, Contract Specialist, 720-962-7154,
 
E-Mail Address
Cheryl A Drake, Contract Specialist
(drake@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION: DE-RQ65-10WA42645NAICS 541340 PSC: R499 Other Professional Services - Lattice Tower Transmission Design Conversion Services Western Area Power Administration is soliciting quotes for non-personal services for tower design drawing conversion of existing aperture cards and paper/Mylar drawings, including shop drawings, design drawings, and erection drawings to electronic format. The new electronic drawings will provide Western design and maintenance personnel with updated details and an updated bill of material for each tower series. The contractor is required to validate the individual member sizes against currently rolled steel sizes, and replace individual members that are no longer rolled with stronger members approved by Western. Each member changed will be noted on the drawing with the existing member size and the new member size. All work will be performed in accordance with Western Construction Standard 4 Substation Metalwork and Transmission Line Lattice Structures. The Performance Work Statement and QASP are attached. Western intends on making one award as a result of this commercial item combined synopsis/solicitation with an indefinite quantity, indefinite delivery (IDIQ) type contract. The bid schedule will be estimated level of effort with firm-fixed price loaded labor rates. The bid schedule is as follows: Base period 0001 - Conversion of paper/Mylar drawings to electronic format; Est. Qty 2000 hours; 0002 Manual Drafting Conversion; Est. Qty 1500 hours; Option Years 1-4 same descriptions as base with same estimated quantities. The contract maximum order Limitation is $500,000 for a base period and four option periods. The minimum guarantee on the contract will be $1000, with the maximum task order limitation of $100,000. The following commercial item clauses are considered as terms and conditions of this solicitation: 1) FAR 52.212-1, 52.212-2evaluation factors stated below, 52.212-3, 52.212-4, 52.212-5; 2) 52.216-18, 52.216-19, 52.216-20; 3) 52.217-8..within the period of the contract, 52.217-9.60 days,within the period of the contract, 60 months; 4)52.223-5; 5) 52.228-5; 6) 52.245-1. The applicable Wage Determination is 2005-2081, Rev. 8, dated 7/31/2009. The RFQ will be evaluated based on technical qualifications, past performance and price. The bidder shall provide the following in response to this synopsis/solicitation announcement: 1) A letterhead from your company with your bid price (loaded labor rate/hour) with estimated hours for each CLIN and each period of the contract, i.e. base, option years 1-4 signed by the company officer who can bind the company in contractual agreements; 2) three (3) past performance references within the past 3 years for like or similar type contracts with a) name of agency; b) Contracting Officer name, telephone number, e-mail, and fax number; c) type of contract with dollar value; d) completed or on-going; and e) any significant issues related to the contract performance; 3) written response to the following technical qualifications: a) experience in converting aperture card, mylar, and paper lattice steel drawings into AutoCAD format; and b) experience in identifying members no longer available and modifying/creating new detail drawings showing the new member size. The government shall make an award to the responsible, responsive bidder which provides the best value to the government considering their technical qualifications, past performance and price. RFQ responses are due no later than 4:00 P.M. MDT on October 27, 2009. Quotes shall be returned via e-mail, fax, or US postal service to the following: Western Area Power Administration, Attn: Cheryl Drake, A7100, 12155 W. Alameda Parkway, Lakewood, CO 80228, drake@wapa.gov, fax: 720-962-7161. Questions may be addressed to Cheryl Drake at 720-962-7154.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ65-10WA42645/listing.html)
 
Record
SN01977725-W 20091003/091001235204-e678c834c19bd193204babcb1e8bf1a5 (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.