Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1995 PSA#1494

U.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