SOLICITATION NOTICE
C -- Architect-Engineer (A-E) services in support of the Strategic Petroleum Reserve's Project Management Office located in New Orleans, Louisiana
- Notice Date
- 8/29/2013
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Energy, Federal Locations, All DOE Federal Contracting Offices, Various, Various locations, 20585
- ZIP Code
- 20585
- Solicitation Number
- DE-SOL-0005649
- Archive Date
- 10/16/2013
- Point of Contact
- james j. jackel, Phone: 5047344079
- E-Mail Address
-
james.jackel@spr.doe.gov
(james.jackel@spr.doe.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Contractor will furnish Architect-Engineer (A-E) services in support of the Strategic Petroleum Reserve's Project Management Office located in New Orleans, Louisiana. This is not a solicitation; there is no Request for Proposal (RFP) or Solicitation to download or request. NAICS Code: 541330, Size Standard: $14.0M. THIS IS 100% SET ASIDE FOR SMALL BUSINESSES. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. The services will include operations support and maintenance engineering for new and existing facilities (including salt caverns in which crude oil is stored and then withdrawn), along with the associated pipelines and terminals. The services will include the complete design, inspection, and maintenance support services for the construction of new above and below ground facilities for the storage of crude oil. This will include distributed control systems, physical security systems, electrical power distribution systems, instrumentation systems, associated pipelines, crude oil distribution systems, brine disposal systems, tank farms, roadwork, and building construction. The A-E will be responsible for the development of conceptual designs and budgets, fire protection, environmental studies and reports, geotechnical services, and soils investigation. The A-E must be capable of reviewing designs done by others, performing quality assurance audits, and executing any other incidental services which are to be performed in conjunction with the related projects. The work will involve sites primarily located in Louisiana and Texas, but may also involve work in other states. Notwithstanding the award of this contract, the Government reserves the right, at its option, to contract separately for A-E services for any specific task, even if similar to that described in the Scope of Work above. One contract will be negotiated and awarded. The type of contract will be a Performance Based Cost Reimbursement Service Contract. The contract will have a 3-year base period commencing not later than June 2014 with two 1-year priced option periods for a total term of 5 years. Current planning envisions a total construction cost of approximately $116,975,000. Prerequisite to consideration for selection includes the ability to comply with equal employment opportunity requirements, financial responsibility, and a willingness to accept Federal and Department of Energy (DOE) acquisition regulations, cost principles, and corresponding contract provisions and fee policies. The evaluation criteria shall be as follows ranked in order of importance noting that criteria one (1) is the most important criteria, criteria two (2) and three (3) are equal and each are twice as much as criteria four (4) and criteria four (4), five (5) and six (6) are of equal importance: (1) Specialized experience and technical competence in the type of work required. DOE will evaluate the depth, quality, effectiveness, and completeness of the Offeror's ability to provide detail engineering design services to support the operational readiness of crude oil storage sites/facilities. (2) Professional qualifications necessary for satisfactory performance of required services. DOE will evaluate experiences and qualifications of the Offeror's key and senior personnel in recent comparable work with petroleum facilities including competence in overall project coordination and management; working together as a team; demonstrated leadership; relevant experience and qualifications (e.g. education, certifications, licenses) in performing work similar in size, scope, and complexity. (3) Capacity to accomplish the work in the required time. DOE will evaluate each Offeror's ability to assign an adequate number of qualified key personnel from its own organization and keep them assigned to this project, including a competent supervising representative, along with the availability of additional competent employees, for support of the project taking into consideration the depth and size of the organization and the volume of workloads. (4) The Offeror's and its team members' past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. DOE will evaluate the quality of performance as related to the experience, and technical competence of Offeror's and proposed consultants and subcontractors in comparable work, including familiarity with petroleum storage and transfer, fluids process engineering, brine disposal, retrofit of existing facilities, distributed control system, physical security systems, electrical power distribution, instrumentation systems, and construction estimating. (5) Location in the general geographical area of the project and knowledge of the locality of the project. (6) Commitment of company management in the project and its expected participation and contribution; proposed project organization, delegation of responsibility, and assignments of authority. Firms must submit their SF 330, Parts I and II, including a proposed organization chart and narrative description of how the organization would function, by 2:00 p.m. CDT, October 1, 2013. Only electronic copies of the SF-330s will be accepted and must be emailed to Mr. James Jackel, Contract Specialist, at james.jackel@spr.doe.gov. The form(s) SF-330 may be obtained at the GSA Forms Library website at http://www.gsa.gov/portal/forms/download/116486. Prior to award, a firm must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov/portal/public/SAM/. Joint ventures will be considered. This is not a request for proposal. DOE reserves the right to exclude a selected A-E from future considerations for construction and/or construction management functions for the work covered by this announcement and to limit or terminate the work at any time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0005649/listing.html)
- Record
- SN03168225-W 20130831/130830000030-f49096115ea3bc479185053f8ac7e92a (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 |