COMMERCE BUSINESS DAILY ISSUE OF JULY 31, 2001 PSA #2904
SOLICITATIONS
C -- ARCHITECT-ENGINEER, TITLE I, II, AND III SERVICES
- Notice Date
- July 27, 2001
- Contracting Office
- U.S. Department of Energy, Western Area Power Administration, Attn: A7100, 12155 West Alameda Parkway, Lakewood, CO 80228-2802
- ZIP Code
- 80228-2802
- Solicitation Number
- DE-RP65-01WA18450
- Point of Contact
- Noella Pregill, Contract Specialist, (720) 962-7158; Jon F. Olsen, Contracting Officer
- Description
- ARCHITECT -- ENGINEER, TITLE I, TITLE II, AND III SERVICES for the United States Department of Energy, Western Area Power Administration, for its Corporate Service Office (CSO) located in Lakewood, Colorado. This office services the following states: Arizona, California, Colorado, Iowa, Kansas, Minnesota, Montana, Nebraska, Nevada, New Mexico, North Dakota, South Dakota, Texas, Utah, and Wyoming. The work will cover all engineering disciplines, architectural, surveying, geotechnical, and environmental services. Work may consist of: site investigation, design analysis, project design and specifications preparation, cost estimates, construction inspection, hazardous material evaluation, testing, commissioning, as-built drawings, telecommunications and power system studies associated with high voltage power transmission network (HVAC and HVDC), substations, and related facility projects. The contract will be awarded for an estimated total amount of $2,000,000.00 per year with four additional one-year options. Estimated award date is on or about March 1, 2002. Individual task orders will be issued against a Labor Hours contract. Offeror shall have a major service office within a 100 mile radius of Lakewood, Colorado. A major service office will consist of key personnel who would provide service under this contract. Firms interested in being considered for this procurement should submit seven copies of both SF-254 and SF-255 to Western Area Power Administration within 30 days of the date of this notice. Send all seven copies to P.O. Box 281213, (12155 W. Alameda Parkway) Lakewood, CO 80228-8213, Attention: A7100, Noella Pregill. 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 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 required. B. PERSONNEL AND ORGANIZATION: (1) Specific experience and qualifications of personnel proposed for assignment to the project, including as required for various phases of the work: (i) Technical skills and abilities in planning, organizing, executing, and controlling; (ii) Abilities in overall project coordination and management; and (iii) 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 project, 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; and (5) Ability to assign adequate qualified personnel from the proposed organization (firm's own organization, joint-venture organizations, subcontractors, etc.) including key personnel and a competent supervising representative. The following factors are listed in order of importance: The total scoring will be based on a maximum of 100 points. The most significant factors are B(1) Specific experience and qualifications of personnel proposed for assignment and B(4) Experience and qualifications of proposed consultants and subcontractors, with 25 points each, and A(2) Experience and technical competence of the firm in comparable work, with 24 points. Significantly less important factor is, with 12 points, A(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 the 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). All remaining factors are of less importance, with 2 points each. SF-255 shall indicate specific power system or facility related work experience for the firm and for each of the personnel proposed. The SF-255 shall indicate specific power system or facility related work experience for the firm and for each of the proposed consultants or subcontractors. This acquisition is unrestricted. The North American Industry Classification System Code is 54131 and the size standard is $4.0 million. See Note 24.
- Record
- Loren Data Corp. 20010731/CSOL004.HTM (W-208 SN50T1N3)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|