Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOURCES SOUGHT

C -- ARCHITECT-ENGINEER, TITLE I, TITLE II AND III SERVICES

Notice Date
1/12/2007
 
Notice Type
Sources Sought
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO
 
ZIP Code
00000
 
Solicitation Number
DE-AC65-07WA00099
 
Response Due
1/31/2007
 
Archive Date
7/31/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Energy (DOE), Western Area Power Administration, is seeking qualified small business sources that qualify under North American Classification System 541330, Engineering Services, size standard $4.5 Million. Title: C ??? ARCHITECT ??? ENGINEER, TITLE I, TITLE II, AND III SERVICES Title I, II, and III Architect-Engineer (A-E) Service for the United States Department of Energy, Western Area Power Administration (Western), for its Corporate Service Office (CSO) located in Lakewood, Colorado and the Rocky Mountain Regional Office (RMR) located in Loveland, Colorado with a Maintenance Facility located in Montrose, Colorado. The CSO office services the following states: Arizona, California, Colorado, Iowa, Kansas, Minnesota, Montana, South Dakota, Wyoming, Nebraska, New Mexico, Utah, Nevada, and North Dakota. The work will cover all engineering disciplines, architectural, topographical surveying, geotechnical, realty services and environmental services. Work may consist of: site investigation, design analysis, project design and specifications preparation, cost estimates, appraisals, legal descriptions, construction inspection, hazardous material evaluation, testing, commissioning, as-built drawings, telecommunications and power system studies associated with high voltage power transmission lines, substations, and related facility projects. The Rocky Mountain Regional Office services the following states: Colorado, Wyoming, Nebraska, Montana, Utah, New Mexico, Kansas, Arizona, and Nevada. Work for the RMR Office and Maintenance Facility will emphasize civil, structural, architectural, surveying and construction inspection disciplines. Construction inspection will include interaction with Western???s construction contractors on issues of quality and safety. Some aerial inspection services may require personnel that are qualified in fall prevention and protection. Multiple contracts may be awarded for an estimated total amount of $2,500,000.00 per year with four additional one-year options for each awarded contract. Estimated award date is on or about April 1, 2007. If a firm is selected for more than one office, the contract estimated total dollar value per year will increase accordingly. Individual task orders will be issued against a Labor Hours contract. All Firms responding to this announcement shall identify any and/or all Office(s) that they are interested in for potential awards. Offeror???s principal office shall be located within a 225 mile radius of the Office(s) for which they want to be considered. This announcement is part of market research and responses are sought for sources that have the comprehensive knowledge, skills, and capabilities to meet the overall requirements. Interested small business sources that qualify under the above listed NAICS Code as a small business, are to submit a capability statement of no more that two (2) pages to determine, technical, managerial, financial, and business capability to provide the anticipated work. Small businesses may team together or with large businesses, and be eligible for award of a set-aside contract, when at least 50% of the services will be performed by the small business THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of capability to perform the anticipated work. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. This notice is NOT A REQUEST FOR PROPOSALS and in no way obligates the Government to award any contract. DOE will not be responsible for any costs incurred by responding to this notice. NO SOLICITATION EXISTS AT THIS TIME. It is also the responsibility of the respondent to monitor this site for the release of any additional information, amendments to this notice, solicitation, or other related documents. To assist in this process, it is suggested that after interested parties have registered on IIPS to click on the button entitled ???Join Mailing List??? and fill out the required information to receive automated notifications. **PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE. Information which the Contractor considers ???Bid and Proposal Information??? or ???Proprietary Information??? pursuant to existing laws and regulations must be marked accordingly [see FAR 3.104-1(3)&(4)]. Small businesses responding to this market survey must submit their responses via the DOE IIPS at http://e-center.doe.gov no later than 4:00 p.m. Mountain Standard Time, January 31, 2007. Interested parties must register via the IIPS web site prior to responding to this market survey. Instructions on how to submit your response can be found in the help document located on the IIPS web site listed above. For technical assistance, firms should call 1-800-683-0751 or e-mail the IIPS administrator at iips_helpdesk@e-center.doe.gov. All responses must provide a return e-mail address, mailing address, telephone number and facsimile (fax) number. TELEPHONE AND E-MAIL RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. QUESTIONS REGARDING THIS MARKET SURVEY SHOULD BE SENT VIA DOE IIPS.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/2732A3B2AB581FE3852572610063CA01?OpenDocument)
 
Record
SN01210903-W 20070114/070114185835 (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.