SOLICITATION NOTICE
C -- Architect-Engineer, Title I, II, and III Services for Western Area Power Administration, for its regional offices located in Phoenix Arizona and Folsom California
- Notice Date
- 1/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- 12155 W. Alameda Parkway Lakewood, CO 80228-2802
- ZIP Code
- 80228-2802
- Solicitation Number
- DE-RP65-03WG00064
- Archive Date
- 3/2/2003
- Point of Contact
- Noella Pregill, Contracting Officer, 720-962-7158, pregill@wapa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Title I, II, and III Architect-Engineer (A-E) Service for the United States Department of Energy, Western Area Power Administration, for its regional offices located in Phoenix Arizona and Folsom California. These Offices service the following states: Arizona, California, Colorado, New Mexico, and Nevada. The work will cover all engineering disciplines, architectural, topographical surveying, geotechnical, and environmental services. A majority of the work includes construction inspection services. Work may consist of: power system studies, site investigations, telecommunications, hazardous materials evaluation, environmental site reviews, environmental monitoring, cost estimates; design analysis; project design and specifications preparation, construction inspection, testing, commissioning, and as-built drawings associated with high voltage power transmission lines, substations, and related facilities. The contract will be awarded for an estimated amount of $1,500,000 per year with four additional one-year options. Estimated award date is on or about July 1, 2003. Individual task orders will be issued against a Labor Hours contract. Offeror?s principal office shall be within a 100 mile radius of the Phoenix Arizona either/or the Folsom California Office. Firms interested in being considered for this procurement should submit seven copies of both SF-254 and SF-255 to Western Area Power Administration within 30 days of the date of this notice. Send all seven copies to (12155 W. Alameda Parkway) P.O. Box 281213, Lakewood, CO 80228-8213, Attention: A7100, Noella Pregill. 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) 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 including schedule of overruns (last 5 years)(where applicable); (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; and (7) Geographic location of the home office and familiarity with the locality in which the project is located (firms own organization, joint-venture organizations, subcontractors etc.). B. PERSONNEL AND ORGANIZATION: (1) Specific experience and qualifications of personnel proposed for assignment to the project, including as required for 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, subcontractors etc.) including key personnel and a competent supervising representative. The following factors are listed in order of importance: The total scoring will be based on a maximum of 100 points. The most significant factors are A(7) Location of home office and familiarity with project locality with 24 points and A(2) Experience and technical competence of the firm in comparable work. B(1) Specific experience and qualifications of personnel proposed for assignment with 16 points each and B(4) Qualification of proposed consultants or subcontractors with 12 points. Factor A(7) is weighted the heaviest and consideration will be given for only those offices with personnel capable of performing a significant portion of the work to be assigned from the local office. All remaining factors are of less importance, with 4 points each. The SF-255 shall indicate specific power system or facility related work experience for the firm and for each of the personnel proposed for the firm and for each of the proposed consultants or subcontractors. This acquisition is 100% set aside for small business concerns. The North American Industry Classification System Code is 54131 and the size standard is $4.0 million. See note 24.
- Web Link
-
Click here for further details regarding this notice.
(http://e-center.doe.gov/iips/busopor.nsf/Solicitation+By+Number/DE-RP65-03WG00064?OpenDocument)
- Record
- SN00233625-W 20030105/030103213223 (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 |