|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1998 PSA#2197U.S. Department Of Energy, Idaho Operations Office, 850 Energy Drive --
MS1221, Idaho Falls, ID 83401-1563 C -- MISCELLANEOUS ARCHITECT-ENGINEERING SERVICES FOR DOE-ID AT THE
IDAHO NATIONAL ENGINEERING AND ENVIRONMENTAL LABORATORY (INEEL) SOL
DE-RP07-98ID13675 POC Wendy L. Huggins, Contract Specialist, (208)
526-2808; Brad Bauer, Contracting Officer, (208) 526-0090 WEB: CBD
Announcement for: Miscellaneous A-E Services for,
http://www.id.doe.gov/doeid/solicit.html. E-MAIL: See Block 11.,
hugginwl@id.doe.gov. The A-E selected must be able to provide
conceptual design, preliminary engineering and detailed design. The
firm may also perform cost estimating and scheduling which will support
engineering procurement, fabrication and construction. Title III
inspection, procurement, independent assessments, and ancillary
services may be required. The total estimated cost for the contract is
$3 to $5 million for the three-year base period (CY 1999 through CY
2001). This contract will provide for two additional one-year extension
options. DOE does not guarantee any level of work for the selected A-E.
The A-E selected may be utilized for any work scope administered by the
Idaho Operations Office. Registered Professional Engineers by the State
of Idaho may be required for some tasks. The criteria for selection of
the A-E will place emphasis on a sufficiently large organization to
permit short notice responses to peak demand. The tasks may include
upgrade of existing process systems, related equipment, new support
facilities for production activities, and A-E support of wide variety
of nuclear and non-nuclear energy related services directed by the DOE
Idaho Operations Office. The estimated design efforts are expected to
require various major engineering disciplines. This acquisition
process is expected to result in award of an indefinite quantity
contract with the basic pricing arrangement being cost reimbursement.
Various contracting arrangements for individual task orders may include
fixed fee, incentive fee, and/or award fee. The award date of the
contract is estimated to be February 1999. Interested firms shall meet
the following qualification criteria before its submittal will be
evaluated: (1) Must have experience in designing and preparing
specifications for nuclear and non-nuclear process and production
systems and facilities, and waste remediation experience and
capabilities; and (2) Must be capable of obtaining a DOE clearance
regarding foreign ownership and control in accordance with Department
of Energy Acquisition Regulation Subpart 904.7. Selection will be based
on the following evaluation criteria. Evaluation Criteria (a) and (b)
are of equal importance and are more important than Criteria (c).
Subcriteria are listed in descending order of importance. 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: (i) designing and preparing specifications
for nuclear and non-nuclear process and production systems and
facilities, and waste remediation experience and capabilities; and (ii)
in designing to regulatory requirements, such as the Nuclear Regulatory
Commission (NRC) and environmental laws; (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 overruns (last 5 years) (where applicable); (4) The
volume of past and present workloads; (5) Interest of company
management in the contract 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; (7) Geographic location of the home office and
familiarity with the INEEL locality; Criteria (b) Personnel and
organizations. (1) Specific experience and qualifications of personnel
proposed for assignment to the contract, including, as required for
various tasks: (i) Technical skills and abilities in planning,
organizing, executing, and controlling; (ii) Abilities in overall
coordination and management; and (iii) Experience in working together
as a team; (2) Proposed organization, delegations of responsibility,
and assignments of authority and method of selecting a qualified team
for individual tasks; (3) Availability of additional competent, regular
employees for support of the contract, and the 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, consulting firms, etc.)
including key personnel and a competent supervising representative; and
Criteria (c) Other. Acceptability of a quality assurance program to
assure technical control and accuracy of work performed under this
contract. Performance requirements of individual tasks may require an
approved program that meets special quality assurance requirements such
as 10CFR830.120, ASME NQA-1, and/or DOE/RW-0333P. Firms desiring
consideration for contract award shall submit an original and four
copies of information required by this announcement assembled as
listed: (1) Standard Forms 254 and 255; (2) specific information
demonstrating that the firm meets the qualification and evaluation
criteria set forth above; (3) description of comparable projects to
those described above and other projects which are relevant, including
for each project: (a) contracting agency (along with a point of
contact and telephone and fax number); (b) contract number; (c)
duration of project as originally scheduled and actually performed for
the design phase. The entire submission package shall not exceed 50
pages, excluding tabs. If a package is received which exceeds the page
limitation, the additional pages will not be read and evaluated by
DOE. The pages which exceed the page limitation will be removed from
the package and returned to the submitting firm. Responses to this
announcement are due at the above address no later than 3:00 p.m. local
time November 4, 1998.***** Posted 10/06/98 (W-SN259716). (0279) Loren Data Corp. http://www.ld.com (SYN# 0017 19981008\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|