|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1995 PSA#1494U.S. DOE, Western Area Power Administration, P.O. Box 3402, Golden, CO
80401 ATN:A1520 C -- TITLES I, II, AND III A-E SERVICES SOL DE-RP65-96WA13322 DUE
011096 POC Dorothy Paquet, Contract Specialist, (303) 275-1529, W.
Donald Ray, Contracting Officer. The work is for the U.S. Department of
Energy (DOE) and may involve any or all aspects associated with the
planning, design, construction, and maintenance of high voltage power
transmission and distribution systems, and may consist of: engineering
studies; archeological, general, geological and geotechnical, or site
investigations that may involve hazardous materials; surveying; cost
estimates; trouble-shooting building systems operations; civil and
electrical design and analysis; as-built drawings of existing
facilities; design and specifications preparation for construction;
materials testing; and inspection and construction management of
construction projects. The Western Area Power Administration facilities
involved are located in Arizona, California, Colorado, Iowa, Kansas,
Minnesota, Montana, Nebraska, New Mexico, Nevada, North and South
Dakota, Utah, and Wyoming. One contract for an estimated annual value
of $2,500,000 may be awarded for a one-year period with an option to
extend the contract for four additional one-year periods, provided that
one firm demonstrates they can meet the needs (including subcontracting
efforts). Individual task orders will not exceed $1,000,000. 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 cost 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 require; and 7.
Geographic location of the home office and familiarity with the
locality in which the projects are 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 projects, including as required for
various phases of the work: technical skills and abilities in planning,
organizing, executing, and controlling, abilities in overall project
coordination and management, and 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 projects, 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; 5. Ability to assign adequate qualified
personnel from the proposed organization (firms' own organization,
joint venture organizations, subcontractors, etc.) including key
personnel and competent supervising representative. The following four
factors, listed in order of importance, are weighted the highest:
(A.2) Experience and technical competence of the firm in comparable
work, the firm's Safety Program and commitment to employee safety shall
be described. (B.1) Specific experience and qualification of personnel
proposed for assignment to the projects including individuals' safety
training experience. Factors (A.2) and (B.1) are equal. The SF-255
shall indicate specific power system or facility related work
experience for the firm and for each of the personnel proposed. (A.7)
Location of the firm's office in proximity to the location of Golden,
Colorado is weighted about one-half of factors (A.2) and (B.1).
Consideration will only be given for those offices with personnel
capable of performing a significant portion of the work to be assigned.
(B.4) Experience and qualifications of proposed consultants and
subcontractors, will be evaluated using some of the same criteria as
that used for the proposed prime contractors; however, the rating for
this sub-factor will be somewhat higher than the remaining factors, but
not as high as for factor (A.7). All remaining factors will be rated
equally. As a requirement for award of a contract to a large business
concern under this olicitation, the Subcontracting Plan, as required by
FAR 52.219-9, will require that as a minimum, the Archaeological,
Geological, Surveying, and Materials Testing components of each task
order be subcontracted to small, small disadvantaged, and/or small
women-owned firms. Firms interested in being considered for this
procurement should submit five copies of both SF-254 and SF-255 no
later than 4:00pm (MST), January 18, 1995. Send all five copies to the
above referenced address, Attn: D. Paquet, A1520. (0352) Loren Data Corp. http://www.ld.com (SYN# 0015 19951219\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|