Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

C -- Architect-Engineer (A&E) Services

Notice Date
8/20/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, not found
 
ZIP Code
00000
 
Solicitation Number
DE-SOL-0000022
 
Response Due
9/12/2008 9:00:00 AM
 
Archive Date
3/12/2009
 
Point of Contact
Chris Silva,
 
E-Mail Address
Chris.Silva@SPR.DOE.GOV
 
Small Business Set-Aside
N/A
 
Description
The Contractor will furnish Architect-Engineer (A-E) services insupport of the Strategic Petroleum Reserve's Project Management Office located in New Orleans, Louisiana. This is not a solicitation; there is no Request for Proposal (RFP), or Solicitation to download or request. The services will include operations support and maintenance engineering for new and existing facilities (including salt caverns in which crude oil is stored and then withdrawn), along with the associated pipelines and terminals. The services will include the complete design, inspection, and maintenance support services for the construction of new above and below ground facilities for the storage of crude oil. This will include distributed control systems, physical security systems, electrical power distribution systems, instrumentation systems, associated pipelines, crude oil distribution systems, brine disposal systems, tank farms, roadwork, and building construction. The A-E will be responsible for the development of conceptual designs and budgets, fire protection, environmental studies and reports, geotechnical services, and soils investigation. The A-E must be capable of reviewing designs done by others, performing quality assurance audits, and executing any other incidental services which are to be performed in conjunction with the related projects. The work will involve sites primarily located in Louisiana and Texas, but may also involve work in other states. Notwithstanding the award of this contract, the Government reserves the right, at its option, to contract separately for A-E services for any specific task, even if similar to that described in the Scope of Work above. The type of contract will be a Performance Based Cost Reimbursement Service Contract. The contract will be a 3-year base period commencing not later than June 2009 with two 1-year priced option extension periods for a total term of 5 years. Current planning envisions a total construction cost of approximately $69,240,000. Prerequisite to consideration for selection includes: (1) ability to comply with equal employment opportunity requirements, (2) financial responsibility, and (3) a willingness to accept Federal and Department of Energy (DOE) acquisition regulations, cost principles, and corresponding contract provisions and fee policies. The evaluation criteria shall be as follows ranked in order of importance noting that criteria two (2) and three (3) are of equal importance, that criteria four (4) and five (5) are of equal importance, and that criteria six (6) through eight (8) are of equal importance: (1) Specific experiences and qualifications of key and senior personnel in recent comparable work with petroleum facilities, including as required (i) technical skills and abilities in planning, organizing, executing, and controlling within technical, financial, and schedule parameters; (ii) abilities in overall project coordination and management; and (iii) working together as a team; (2) Ability to assign an adequate number of qualified key personnel from its own organization and keep them assigned to this project, including a competent supervising representative, along with the availability of additional competent employees, for support of the project taking into consideration the depth and size of the organization and the volume of workloads; (3) Reputation, experience, and technical competence of firm and proposed consultants and subcontractors in comparable work, including familiarity with petroleum storage and transfer, fluids process engineering, brine disposal, retrofit of existing facilities, distributed control system, physical security systems, electrical power distribution, instrumentation systems, and construction estimating. This includes past record in performing work for this and other Government agencies, and private industry; (4) Experience and technical competence of firm and proposed consultants in the use of Office 2003 Professional, AutoCAD 2005 by Autodesk, the following Bentley Products in Version 8.5: Auto PLANT piping, process and in strumentation (P&ID), Equipment, Isometrics, instrumentation and wiring, data sheets, data manager, Auto PLAN T Structural 2004, Explorer, Explorer ID, PW Navigator, also GTX Raster Cad 8.5 and Citrix ICA Client. These versions must be supported in addition to the most recent versions of the software. Experience in the use of a document storage system with electronic check-in and capability. Capacity of a secure high bandwidth connection (1.54 Mbps) to the Strategic Petroleum Reserve. Experience in conforming to cyber security requirements on Government Projects as it relates to sensitivity of documents, foreign nationals, and sanitizing of media; (5) Commitment of company management in the project and its expected participation and contribution; (6) Proposed project organization, delegation of responsibility, and assignments of authority; (7) Geographic location of firm and familiarity with the area in which the project is located; (8) Adequacy of facilities. If the selected A-E firm is a large business, the A-E shall be responsible for submitting an acceptable small business subcontracting plan (see FAR 19.7) which provides that small business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business, and service-disabled veterans business concerns have the maximum practicable opportunity to participate in contract performance consistent with its efficient performance. Firms must submit their SF 330, Parts I and II, including a proposed organization chart and narrative description of how the organization would function, by 9:00 a.m. CST, September 12, 2008. Only electronic copies of the SF-330s will be accepted and must be emailed to Ms. Joyce Francois, joyce.francois@spr.doe.gov or Chris Silva, chris.silva@spr.doe.gov Department of Energy, Strategic Petroleum Reserve, Project Management Office, 900 Commerce Road East, New Orleans, LA 70123. The form(s) SF-330 maybe obtained at the GSA Forms Library website at http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0. To obtain the electronic file for the SF-330, see third box down on left side of page under FORMS search for SF-330. Joint ventures will be considered. This is not a request for proposal. DOE reserves the right to exclude a selected A-E from future considerations for construction and/or construction management functions for the work covered by this announcement and to limit or terminate the work at any time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ae8afd677b4342b500da6efb06f0692&tab=core&_cview=1)
 
Record
SN01645971-W 20080822/080820221839-8ae8afd677b4342b500da6efb06f0692 (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.