Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

C -- Architecture-Engineer Services Title I, II, & III

Notice Date
4/13/2010
 
Notice Type
Presolicitation
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO
 
ZIP Code
00000
 
Solicitation Number
DE-RP65-10WC85494
 
Response Due
5/18/2010
 
Archive Date
11/18/2010
 
Point of Contact
James Dickey, Contracting Officer, 605-353-9215,dickey@wapa.gov;Dana Kostel, Contract Specialist, 605-353-2642,
 
E-Mail Address
Dana Kostel, Contract Specialist
(kostel@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
In accordance with FAR Part 36.600, the U.S. Department of Energy issynopsizing a requirement for Title I, II and III Architect-Engineer (A-E) Services for the Western Area Power Administrations Upper Great Plains Regional Office located in Huron, SD. The work will cover all engineering disciplines, architectural, topographical surveying, geotechnical and environmental services. Work may consist of: site investigation, design analysis, project design and specification preparation, preparation of cost estimates, construction inspection, hazardous material evaluation, testing and commissioning, preparation of as-built drawings, telecommunications and power system studies associated with high voltage power transmission lines, substations and related facility projects. However, the majority of the work to be accomplished under the contract will be Title III construction inspection services. The work will be in Westerns Upper Great Plains Region service territory; Minnesota, North Dakota, South Dakota, Montana, Nebraska, Missouri and Iowa. One contract will be awarded from this announcement for an estimated $2,000,000 per year with four one year options. The total estimated dollar amount of the contract is $10,000,000. The guaranteed minimum over the duration of this contract is $50,000. Estimated award date is on or after November 1, 2010. Individual task orders will be issued against an Indefinite-Delivery Indefinite-Quantity, Firm Fixed-Price Labor Hour contract. This acquisition will be competed on a 100% set-aside for small business basis. The North American Industry Classification System Code is 541330 and the size standard is $4.5 million. In addition, to be responsive and considered for award, the offerors principal office must be within a 650-mile radius of Westerns Upper Great Plains Regional Office, located in Huron, SD 57350-2474. Prior to the final selection, the Government will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services. A solicitation will only be provided to the most highly qualified firm after discussions. Standard Form (SF)-330 submissions must be legible (no less than 12 point font) and must not exceed 20 double-sided pages or 40 single-sided pages (standard size paper 8 x 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. This is not a request for proposals. Firms interested in being considered for this procurement shall submit four copies of the SF-330 (Parts I & II) to the Western Upper Great Plains Office within 35 days of this notice. Responses received after 4:30 p.m. Central Daylight Time, May 18, 2010, will be determined non-responsive and will not be considered. Electronic submissions will not be considered. Only hard copies of the SF-330 will be accepted and must be mailed to the Department of Energy, Western Area Power Administration, Attention: James Dickey, 200 4th Street, SW, Huron, SD 57350-2474. The SF-330 Parts I & II may be downloaded using this link: http://www.gsa.gov/forms. Under Form Library select Standard Forms, and then scroll down to SF- 330, or go to the DOE Industry Interactive Procurement System (IIPS) website at http://e-center.doe.gov to obtain the electronic file of the SF-330. Click on browsing opportunities by number. The link to the form will be found under DE-RP65-10WC85494. Firms will be evaluated on the following criteria: A. GENERAL QUALIFICATIONS, INCLUDING: (1) Reputation and standing of the firm and its principal members; (2) Experience and technical competence of the firm in comparable work; (3) Firms past record in performing work for the Department of Energy (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 contractors cost reduction program; quality of work; and ability to meet schedules including schedule overruns (last 5 years); (4) The volume of past and present workloads; (5) Interest of company management in the project and expected participation and contribution of top officials; (6) Adequacy of central or branch office facilities for the proposed work, including facilities for any special services that may be required; (7) Firms experience in energy efficiency, pollution prevention, waste reduction, and the use of recovered and environmentally preferable materials in design. B. PERSONNEL AND ORGANIZATION: (1) Specific experience and qualifications of personnel proposed for assignment to the project, and/or various phases of the work: (i) Technical skills and abilities in planning, organizing, executing, and controlling; (ii) Abilities in overall project coordination and management; and (iii) Experience in working together as a team; (2) Proposed project organization, delegations of responsibility, and assignments of authority; (3) 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; (4) Experience and qualifications of proposed consultants and subcontractors; and (5) 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. Full references to the specific factors listed below can be found in the paragraph immediately above. The following factors are listed in order of importance: The most significant factors are: Weighted at 20 points each - A(2) Experience and technical competence of the firm in comparable work. - B(1) Specific experience and qualifications of proposed personnel to include: technical skills and abilities in planning, organizing, executing, and controlling; overall project coordination and management; and experience in working together as a team. - B(4) Experience and qualifications of proposed consultants and subcontractors. The next most important factors are: Weighted at 10 points each - A(3) Past record/nature of cost reduction program/performance assessment/quality of work/ability to meet schedules. - B(3) Availability of additional employees/depth and size of organization. The next most important factors are: Weighted at 5 points each - A(1) Reputation of firm and principal members. - B(2) Project organization, delegations of responsibility, and assignments of authority. The next most important factors are: Weighted at 2 points each - A(4) Volume of past and present workload. - A(5) Interest of management and participation of top officials. - A(6) Adequacy of central or branch office facilities. -A(7) Firms experience in energy efficiency, pollution prevention, waste reduction and the use of recovered and environmentally preferable materials in design. - B(5) Ability to assign adequate qualified personnel. Questions regarding this notice must be directed to Dana Kostel, Contract Specialist at kostel@wapa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RP65-10WC85494/listing.html)
 
Record
SN02120827-W 20100415/100413235347-f41352c0d9359a24b8f1d621e4689e8a (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.