Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
SOLICITATION NOTICE

R -- Environmental Legal Services for Transmission Infrastructure Program (TIP)

Notice Date
4/16/2018
 
Notice Type
Presolicitation
 
NAICS
541110 — Offices of Lawyers
 
Contracting Office
WAPA (CSO) US DOE/WESTERN AREA POWER CORPORATE SERVICES OFFICE PO BOX 281213 LAKEWOOD CO 80228-8213 US
 
ZIP Code
00000
 
Solicitation Number
89503018QWA000007
 
Response Due
5/1/2018
 
Archive Date
5/16/2018
 
Point of Contact
Warner, Jeanniene C
 
Small Business Set-Aside
N/A
 
Description
The Department of Energy/Western Area Power Administration (WAPA) is seeking specialized transactional legal services, namely Environmental Legal Services, necessary to support Western s Transmission Infrastructure Program (TIP) under Section 402 of the American Recovery and Reinvestment Act of 2009 (the Recovery Act ). WAPA and TIP has a requirement for Environmental Legal Services from a Contractor with a full spectrum of legal positions and experience to advise TIP on legal issues associated with Federal environmental review requirements, with emphasis on the legal sufficiency of processes and documents associated with the National Environmental Policy Act (NEPA). The Contractor may also be called upon to support TIP s work on the evaluation and preliminary development of projects. In this regard, the Contractor will assist TIP in the drafting of developmental transactional documents, including memoranda of understanding, advance funding agreements, etc. The Contractor may also be called upon to perform environmental legal due diligence on projects in the developmental phase. The Contractor may assist in the preparation for, and participation in, TIP meetings with DOE and the Office of Management and Budget (OMB), the Federal Energy Regulatory Commission (FERC), other Government agencies and with other legal counsel or consultants. The Contractor must be prepared to attend meetings on relatively short notice. The Government intends to acquire commercial services using the provisions, clauses, and procedures prescribed in FAR Part 12 and FAR Part 13, pursuant to the authority provided under FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. It is not anticipated that the resulting solicitation will be set-aside for small business concerns. The Government intends to award to the responsible contractor whose quote is determined to be the best value to the Government based upon technical approach, past performance, and price related factors. The resulting acquisition vehicle will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a one (1) year base period and up to four (4) option years. The anticipated contract award minimum is $5,000.00 and maximum is $120,000.00 over the potential maximum five (5) year ordering period. It is anticipated that orders under the IDIQ contract will be awarded on a Firm-Fixed-Price (FFP) basis. The applicable North American Industry Classification System (NAICS) code for this acquisition is 541110, and the size standard is $11.0M. In accordance with FAR 5.207, when the solicitation is available, all responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. It is highly recommended that, prior to submitting a proposal, interested parties obtain a Dun and Bradstreet (DUNS) number and register in the System for Award Management (SAM), www.sam.gov, as these requirements are mandatory for any firm selected for a contract award. This is a Pre-Solicitation Notice. No solicitation has been issued; therefore, do not request a copy of the solicitation. It is the potential offeror's responsibility to monitor Federal Business Opportunities (FBO) website (www.fbo.gov) for the release of a solicitation, amendments (if any), or other documents relating to this procurement. The solicitation and a detailed statement of work and other supporting information including contract data requirements will be posted approximately 15 days from the posting of this notice. Questions or inquiries should be directed to Ms. Jeanniene Warner, telephone 720-962-7175, e-mail jwarner@wapa.gov. Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/89503018QWA000007/listing.html)
 
Record
SN04890977-W 20180418/180416230945-ec3dd1ee32f64f182ef838a5cd2aaa0a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.